Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63447-PM1
CSC No. 63447-PM1 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Drainage, Paving, Street Light & Bridge Improvements Walsh Ranch — Quail Valley Planning Area 6A — Longspur Drive IPRC Record No. IPRC24-0153 City Project No.105666 FID No. 30114-0200431-105666-EO7685 File No. K-3293 X File No. N/A Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth June 2025 HUIT1' HZ ZOLLARS 500 W. Th Street, Suite 300 Fort Worth, Texas 76102-4728 Phone: (817) 335-3000 Fax: (817) 335-1025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Section 1 - Contract Including Paving and Storm Drainage 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn� rfwit tie to Bid efs Last Revised 03 /v�r20/2020 00 41 00 00 42 43 nn� Bid Fe Proposal Form Unit Price Bid Ben nn/n 4 05/22/2019 nn inT nn� 00 45 12 Bidders n -o,,, alit ,.ation' Prequalification Statement 04/04 09/01/2015 nn� Bidder nro,,, alit ,..,de , +W.ioatian 03 in 0 00 45 26 Contractor Compliance with Workers' Compensation Law Tainerity Enterprise 04/02/2014 00 45-40 00 52 43 Business Goal Agreement 08/28 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 00 72 00 Maintenance Bond Genera Conditions 01/31/2012 1 1 i1 T 00 73 00 0073 10 Supplementary Conditions Standard City Conditions of the Construction Contract for Developer 0� in�11 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 013120 PrOotAi leefings 07i0i 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 0 i� Closeout Requirements Opp f, iea and r mate ree Da4 n,., eet n eee .a D,.,.thment 04/07/2014 nn in s nn in s 0 i� CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105666 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 0241 13 Selective Site Demolition NONE 0241 14 Utility Removal/Abandonment NONE 0241 15 Paving Removal NONE Division 03 - Concrete 03 30 00 Cast -In -Place Concrete NONE 03 34 13 Controlled Low Strength Material (CLSM) NONE 03 34 16 Concrete Base Material for Trench Repair NONE 03 80 00 Modifications to Existing Concrete Structures NONE Division 26 - Electrical 26 05 00 Common Work Results for Electrical NONE 2605 10 Demolition for Electrical Systems NONE 26 05 33 Raceways and Boxes for Electrical Systems NONE 26 05 43 Underground Ducts and Raceways for Electrical Systems NONE Division 31 - Earthwork 31 1000 Site Clearing NONE 3123 16 Unclassified Excavation NONE 31 23 23 Borrow NONE 31 24 00 Embankments NONE 31 25 00 Erosion and Sediment Control NONE 31 36 00 Gabions NONE 31 37 00 Riprap NONE Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair NONE 3201 18 Temporary Asphalt Paving Repair NONE 32 01 29 Concrete Paving Repair NONE 32 1123 Flexible Base Courses NONE 32 1129 Lime Treated Base Courses NONE 32 1133 Cement Treated Base Courses NONE 32 1137 Liquid Treated Soil Stabilizer NONE 32 1216 Asphalt Paving NONE 32 1273 Asphalt Paving Crack Sealants NONE 32 13 13 Concrete Paving NONE 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps NONE 32 1373 Concrete Paving Joint Sealants NONE 32 1416 Brick Unit Paving NONE 32 16 13 Concrete Curb and Gutters and Valley Gutters NONE 32 1723 Pavement Markings NONE 32 1725 Curb Address Painting NONE 3231 13 Chain Fences and Gates NONE 32 31 26 Wire Fences and Gates NONE 32 31 29 Wood Fences and Gates NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 32 13 Cast -in -Place Concrete Retaining Walls NONE 3291 19 Topsoil Placement and Finishing of Parkways NONE 32 92 13 Hydro -Mulching, Seeding, and Sodding NONE 32 93 43 Trees and Shrubs NONE Division 33 - Utilities 33 01 30 Sewer and Manhole Testing NONE 33 01 31 Closed Circuit Television (CCTV) Inspection NONE 3303 10 Bypass Pumping of Existing Sewer Systems NONE 33 04 10 Joint Bonding and Electrical Isolation NONE 33 04 11 Corrosion Control Test Stations NONE 33 04 12 Magnesium Anode Cathodic Protection System NONE 33 04 30 Temporary Water Services NONE 33 04 40 Cleaning and Acceptance Testing of Water Mains NONE 33 04 50 Cleaning of Sewer Mains NONE 3305 10 Utility Trench Excavation, Embedment, and Backfill NONE 3305 12 Water Line Lowering NONE 3305 13 Frame, Cover and Grade Rings - Cast Iron NONE 3305 13.10 Frame, Cover and Grade Rings - Composite NONE 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to NONE Grade 3305 16 Concrete Water Vaults NONE 3305 17 Concrete Collars NONE 33 05 20 Auger Boring NONE 33 05 21 Tunnel Liner Plate NONE 33 05 22 Steel Casing Pipe NONE 33 05 23 Hand Tunneling NONE 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate NONE 33 05 26 Utility Markers/Locators NONE 33 05 30 Location of Existing Utilities NONE 33 1105 Bolts, Nuts, and Gaskets NONE 33 11 10 Ductile Iron Pipe NONE 33 11 11 Ductile Iron Fittings NONE 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe NONE 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type NONE 33 11 14 Buried Steel Pipe and Fittings NONE 33 11 15 Pre -Stressed Concrete Cylinder Pipe NONE 33 1210 Water Services 1-inch to 2-inch NONE 33 12 11 Large Water Meters NONE 33 1220 Resilient Seated Gate Valve NONE 33 1221 AWWA Rubber -Seated Butterfly Valves NONE 33 1225 Connection to Existing Water Mains NONE 33 1230 Combination Air Valve Assemblies for Potable Water Systems NONE 33 1240 Fire Hydrants NONE 33 1250 Water Sample Stations NONE 33 1260 Standard Blow -off Valve Assembly NONE 3331 12 Cured in Place Pipe (CIPP) NONE 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers NONE 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 33 3120 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe NONE 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer NONE Pipe 33 31 22 Sanitary Sewer Slip Lining NONE 33 31 23 Sanitary Sewer Pipe Enlargement NONE 33 31 50 Sanitary Sewer Service Connections and Service Line NONE 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains NONE 33 39 10 Cast -in -Place Concrete Manholes NONE 33 3920 Precast Concrete Manholes NONE 33 3930 Fiberglass Manholes NONE 33 39 40 Wastewater Access Chamber (WAC) NONE 33 39 60 Epoxy Liners for Sanitary Sewer Structures NONE 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts NONE 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain NONE 3341 12 Reinforced Polyethlene (SRPE) Pipe NONE 33 46 00 Subdrainage NONE 33 46 01 Slotted Storm Drains NONE 33 46 02 Trench Drains NONE 33 49 10 Cast -in -Place Manholes and Junction Boxes NONE 33 49 20 Curb and Drop Inlets NONE 33 49 40 Storm Drainage Headwalls and Wingwalls NONE Division 34 - Transportation 3441 10 Traffic Signals NONE 3441 10.01 Attachment A — Controller Cabinet NONE 3441 10.02 Attachment B — Controller Specification NONE 3441 10.03 Attachment C — Software Specification NONE 3441 11 Temporary Traffic Signals NONE 3441 13 Removing Traffic Signals NONE 3441 15 Rectangular Rapid Flashing Beacon NONE 3441 16 Pedestrian Hybrid Signal NONE 34 41 20 Roadway Illumination Assemblies NONE 34 41 20.01 Arterial LED Roadway Luminaires NONE 34 41 20.02 Freeway LED Roadway Luminaires NONE 34 41 20.03 Residential LED Roadway Luminaires NONE 34 41 30 Aluminum Signs NONE 3471 13 Traffic Control NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 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: htt D://fortworthtexas.2ov/ti)w/contractors/ or httDs://apps.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised n^lvz-4n4 T T♦44-y D em e„el / A l,&n of ff e1 2 /7rz7-202viz 02 11 15 Paving Removal 02 /o '�6 Division 03 Concrete 03 30 00 Cast In Naoe Concrete 12/''�1z 03 31 13 Controlled row Strength Material (rr S n 12/20/2012- n2� ('o erete Base Material for T,-e„el, De.,e;« 12/7 z 038000 Meth eatio s to Existing Co e fe-to &Iyu uma 12/20/2012 2605 10 Do\-ndi6oxi for E eetr e.,l Systems 1 -2 /7�zr20/201z 3 Deee, ays and Boxes for E eetr e.,l Systems 12/7 z 260543 Undefgfe d D;i=-and Deee,, ays f f Eleetrieal Systems 0�/n�11 26 05 50 C_-\ixnur.loatiom Multi Duet Conduit 02/moo Division 31 - Earthwork 31 1000 Site Cleafing 12/20/2012 31 23 16 U: c).43z.F;ea Exe.,yat 01 /� 8/2013 31 2323 Befr-e 01 //28/2013 31 24 00 EmImnlim-ants 01 / B 2 1� E -esio and Sediment Go. -,+,-.mil 1 7 /zzr2412012 313600 Gabions 1�/�1z 31 37 00 Riprap 12/20/2012 Division 32 Extertior improvements 3201 17 Pefmanent AzpWI VIv,�r 12/7��L 32 01 29 GoneFete Pavirzg Rormir- 11 /7�012 3L 1123 F exible Base re,,,.ses- 12/7�ll�L 32 1129 Lime Treated Base Courses 12/20/2012 1. 1133 Cement Treated Base Cou«12/'l�zr20/2012 3L 11 3� Liquid ,;a T, ve«e 1 Ce:l C+el.;l; tee, 08/21/2015 32 1216 Asphalt Paving 12/241204-2 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 3213 73 avirg Joint 12/�tz 3'�6 Br-iek Unit Payin 12/'fzzrzvnviz CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 32 1723 Pavement Markings 11/22/2013 321725 rufb Address Pai tin . 1 1 /nrr nv2vi-3 3231 13 Thai > enees a -a Gates 12/20/2012- 27� SIT;,-e Fenees and Gates 12/7izrzvnviz 323129 11 /�12- 323213 Cast i Dleee Ge,.es-ete Retaining T]I7a 06/05/2$ 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 2'1� Tfees a -a S1..abs- i2/7 z Division 3 330130 33 01 31 Utilities Sewe.-and Manhole Testing 12/20/2012 Closed Circuit Television (CCTV) Inspection 03/03/2016 3303 10 ZZ� Byp` A Pump", ��e..,e c.� 12/�� T2.,,�..�1;,�.�..,,�..�1 Eleetr e.,l isol,•1;�..-. 12/20/2012 33-04 11 �T-..,�;,�.+ V vovic . ('••, tfol Test Stations 12/7izi-20/20iz 3304 12 Nlag.waculs n r ae r.,tt,od a Proteetio Systef 12 /�12 33 04 30 3304 40 TZ.-.&r-\,ape, W Me,. �� 07/n�li Cleaning and n eeepta ee Testing efW.,tef Mains 02/03 33--04-50 3305 10 Cleaning ing of Sewer Mains 1 2 /7 z Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 0512 3305 13 3305 .� W t,_ L;ne Lowefing 12/�t2 Ffame, Cove and G fa e Rings Cast 01 /� 2moo Ffame, Cove~ and Gfade Rings Composite 01/22/2 AdjustingManholes, inlets, Boxes, .,,-.,1 nthef Stmet�es—t6 22�17/7z 2'2� 3305 17 330520 i 330522 3 alye Grade Ce,-.efete II7.,te,- Vaults 12/7 z Cere«ete Cellafs 12/20/2012 erg 12/20/2012 Tunnel Liner- Plate 12,12912012 Steel-Cm/mg Pipe i2/�;z i7.,..'d T�,,....eling i2/7 z 33--05 24 1in�Je..WJI_l of rafr-;e,. Pipe i (`.,s;,-.g or- T,,,-.,-.el Liner- e,- Dl.,te 06/lvvr19V2013 330526 22� Utility Ti a-Le.-s/T ooato\rz i2/7 z Toe.,tio ofExisting Util;12,12412012 33 1105 33�0 Belts Nuts, and !`_.,sLets- 12/�0-12 131:Ie�ilo Ian Pic 12/20/2012 33 11 11 Duefilo Imn Fittkigs 12/''�tz 33 11 12 -Pel..yin 1 Chloride (PVC) Dress -e Pipe 11 /1 II 33 2 �� 11 1� Eene�eto PYO�Jzeq� Pr�a, Bar- V -.,,. pe.1 Steel Cylinder- Type 12/20/20 2 33 11 11 Died -Stool Pirc-and Fittings 12/rt 20/ 0012 Water- Sefyiees 1 ineh to 2 i ei rr1/vzr14,12017r 33 1210 P_ 1211 Large bate. Mete,-s 11 / z Resilient !late 12/ 33 1220 33 2; Seated Valve z nIVW- Rubber- SeatedBu4teffly Va1y12/ z 33 ? l 33 1230 Co eetio to Existing Water- Mains 02/06/2013 Coni in lion Air- Valve Assemblies !.lies for- Potable Water- Syste...,11 / z 33 1240 331250 L';,� 011 /n 4 Waco: Eatnrle Stations 12/� 0 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 1260 M P. 12 Standard Blow off Vah1 e n ss^,..b! Ctife,1 i Ulaee Pipe (GIPP) 06/1 �3 12/20/2012 P_ P. 13 Fiber -glass D ein f ,-ee Pipe f ,- f",-.. it-y c. -nita -y Sewef 12/20/2012 3_ P. 15 High Density Pelyethylene (IIDPB) Pipe -'or £/anitar, of v !' r_fa-N S -ide 12/�'�r2 /1 333120 3_ P. 21 ly,vift.4 hle (PVC) it-j anita fy Sewef Pipe Eanitzr, er 06 �3 12/7�i2 Pipe 2 P. .� .�' 22 Q anitafy CC e Liming �� f'J.ip 12/20/2012 � 0 r ; e nn /7vT 26//2vi� 3-3-34�A Sanitafy Sewer- Sefy e Genneetief s a -a Se fyiee Ca�'�:Iati^ n:rV lye for Sanitary cForee M : ,� 12/20/20�o..,er �� 3-3-3�A f Cam is P.L1aa Co:��t� 1��� 12/7 z 3339 20 Preeast-C3.noArei lees 12/20/2012 33 39 30 3339--40 Fiks.-glas3A' anholzr Wastewater n Chamber AC) 12/20/201-2 i2/7 z 33 39 60 (UI ceess Epo €o: Eaitor; cowe true arcs, 12/�12 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 11 1 1 HighDensity Polyethylene (IIDPB) Pipe for--,.-mm Dmin ' 2/ i 22� Rein f; ,-. e Pe, ,othlA�'w (�,PE>, Pyle 1 1 /1 � 1-2/20/-201-2 33 4601 Sletted 9t3-.Tn Dmins 07/n�;z 33 4602 Tfendh Dmi o 07 /n�11 33 49 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 4940 Drainage uo.,,l.,,.,lls and W;,,.,...,.,lls 07/n�11 Division 34 - Transportation 3 n ^�nv'r Attaebnent A Controller Cabinet 11 /,�15 34� 41 10.02 AttaehfefttB Contfollef Speeifieation 0 22 34 41-10.03 AttaehfnefltG So NareSpeeifieation 01,12012 2/1 11 11 Tom,..,.-afy T. a ffie Signals 1 11 1 / 3 I 1' 1 3 Removing T fa ffio 9' gna'rc ' rl' r'zzr2412W 2 211 11 15 Reetzrgular Raxi d F' azhing BeaeE) " /''�i3 34 4120 Readw Illuereinat o n%o,...Nies 12/�12 34 412001 ftefia T ED D.,.,.1..,.,�, T � � 06/1 G/20 G .� �, rfirina�I az o��� 34 .vz Ffeeway LED Roadway !.1.1C1'iIna'�I'os 5 Zn n�03 �' r r 06/15/201 c Reside �D P.oad��' �a�ri��1�s o� 34 4130 Aluminum E'l 1 1 /,rrr12/2013 34 71 13 T, a ffie Gentf 1 1 11 1/ 3 CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 Appendix FJ42-¢01 Wailabilit-y of Lands GC-4.02 Subsurface and Physical Conditions FG-¢J1 Undc\-g2owa GG 4. G66 1-LIoardew,,�-im-rx a�I�.al Geed fief at Site G -6,09 1-�-Illt: -ax,7 U44ifies Fib-6.21 P oxdi3o =kna on GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 1 of 2 Longspur Bidder's Application Bidlist Item Description Specification Unit of Bid Quantity No. Section No. Measure UNIT III: DRAINAGE IMPROVEMENTS 1 3137.0104 Medium Stone Riprap, dry 31 3700 SY 59.0 2 3301.0002 Post -CCTV Inspection 3301 31 LF 458.0 3 3305.0109 Trench Safety 33 05 10 LF 458.0 4 3341.0201 21" RCP, Class III 3341 10 LF 90.0 5 3341.0205 24" RCP, Class III 3341 10 LF 307.0 6 3341.0309 36" RCP, Class III 3341 10 LF 61.0 7 3349.0001 4' Storm Junction Box 3349 10 EA 1.0 8 3349.0002 5' Storm Junction Box 3349 10 EA 1.0 9 3349.5002 15' Curb Inlet 33 49 20 EA 1.0 10 3349.5003 20' Curb Inlet 33 49 20 EA 1.0 11 3349.4109 36" SET, 1 pipe 33 49 40 EA 1.0 12 13 14 15 TOTAL UNIT III: DRAINAGE IMPROVEMENTS Bidder's Proposal Unit Price I Bid Value $145.00 $8,555.001 $3.00 $1,374.001 $2.00 $916.001 $80.00 $7,200.001 $90.00 $27,630.001 $155.00 $9,455.001 $11,000.00 $11,000.001 $14,500.00 $14,500.001 $5,400.00 $5,400.001 $6,400.00 $6,400.001 $5,500.00 $5,500.001 $97,930.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Copy of WR-PA6-LS_00 42 43_Bid Proposal_DAP_Utility Paving_2025-04-16 Form Version May 22, 2019 City Porject No. 105666 UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 2 of 2 Longspur Bidder's Application Description Specification I Unit of I Bid Quantity Section No. Measure UNIT IV: PAVING IMPROVEMENTS 3211.0400 Hydrated Lime (8" PVMT @ 48 Ibs/sy) 3211 29 TON 60.2 3211.0502 8" Lime Treatment (8" PVMT) 3211 29 SY 2,507.0 3213.0103 8" Conc Pvmt 32 13 13 SY 2,349.0 3213.0302 5" Conc Sidewalk 32 13 20 SF 4,600.0 3213.0501 Barrier Free Ramp, Type R-1 32 1320 EA 3.0 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 1.0 3292.0100 Block Sod Placement 3292 13 SY 2,108.0 3217.0102 6" SLID Pvmt Marking HAS (Y) 32 1723 LF 2,044.0 3217.0102 6" SLID Pvmt Marking HAS (Y) 32 1723 LF 2,044.0 3217.0502 Preformed Thermoplastic Contrast Markings - 32 17 23 LF 24" Crosswalk 310.0 3217.0504 Preformed Thermoplastic Contrast Markings 32 17 23 LF - 24" Stop Bars 15.0 3217.2103 REFL Raised Marker TY II -A -A 32 1723 EA 51.0 9999.0001 Furnish/Install Walsh Ranch Style Sign post 00 00 00 EA & Foundation w/ Reaulatory Sian & Name Blades 7.0 TOTAL UNIT IV: PAVING IMPROVEMENTS Bid Summary UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: CONATSER CONSTRUCTION TX, L.P. 5327 WICHITA ST. FORT WORTH, TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid BY: BRO�GINS ` TITLE: PRESIDENT DATE: END OF SECTION Bidder's Proposal Unit Price I Bid Value $285.00 $17,157.001 $4.50 $11,281.501 $88.00 $206,712.001 $5.50 $25,300.001 $2,400.00 $7,200.001 $2,200.00 $2,200.001 $8.00 $16,864.001 $4.00 $8,176.00 1 $4.00 $8,176.00 1 $20.00 $6,200.00 $30.00 $450.001 $6.00 $306.001 $1,400.00 $9,800.001 $319,822.501 1 $97,930.001 $319,822.501 1 $417,752.501 120 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Copy of WR-PA6-LS_00 42 43_Bid Proposal_DAP_Utility Paving 2025-04-16 Form Version May 22, 2019 City Porjeet No. 105666 004143 DAP - HID PROPOSAL Page I or] SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Longspur UNIT PRICE BID Bidder's Application Project ]tern Information Bidders Proposal BidlNotItem � Description I Specification I Section No. Unit of Measure $'d Quantity Unit Price f+ Bid Value UNIT VI: BRIDGE — IMPROVEMENTS, 1 — 400.6005 CEM STABIL BKFL 00 00 00 CY 170,0 $200,00' $34,000.00 2 420.6014 CL C CONC (ABUT) (HPC) 00 00 00 CY 2,4 $3,300A0 $7,920.00 3 420.6030 CL C CONC (CAP) (HPC) 00 00 00 CY 38.0 $1,500,00 $57,000,00 4 420.6038 CL C CONC (COLUMN) (HPC) 00 00 00 CY 39,8 $1,500,00 $59,700-00 5 422.6002 REINF CONC SLAB (HPC) 00 00 00 SF 12,540.0 $29,00 $363,660.00 6 422.6015 APPROACH SLAB 00 00 00 CY 80.0 $900.00 $72,000.00 7 425.6037 PRESTR GONG I -GIRDER (Tx40) 00 00 00 LF 1.701.0 $290.00 $493,290.00 8 442.6008 STIR STEEL (MISC BRIDGE) 00 00 00 LB 340.0 $16.00 $5,440,00 9 450.6035 RAIL (TY C402) (HPC) 00 00 00 LF 315.0 $265.00 $83,475,00 10 454.6018 SEALED EXPANSION JOINT (4 IN) (SEJ-M) 00 00 00 LF 60.0 $250.00 $15,000.00 11 442,6011 RAIL (TY T402) (HPC) 00 00 00 LF 640.0 $240,00 $153,600.00 12 540.7040 MBGF (W-BEAM)(MED BAR) 00 00 00 LF 110.0 $60.00 $6.600.00 13 640.7005 MTL BEAM GO FEN TRANS (THRIE-BEAM) 00 00 00 EA 4,0 $3,500.00 $14,000.00 14 544.7001 GUARDRAIL END TREATMENT (INSTALL) 00 00 00 EA 4.0 $5,500.00 $22,000.00 15 TOTAL UNIT VI: BRIDGE IMPROVEMENTS, $1,387.685.00' Bid Summary l f UNIT VI: BRIDGE IMPROVEMENTS $1,387,685.00 'Total Construction Sidi 7 387 68 . $ 5 DD This Bid is submitted by the entity named below: BIDDER: ASIILAR C'OLNTRACTING COMPANY PO BOX Tun BLUE RIDGE, T1 75424 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. BY: TIT lsrrJlc.� l DATE: END OF SECTION 12D working days after the date when the Crry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DocumENTS - DEVELOPER AWARDED PROJECTS Copy of WR-PA6-LS 00 42 43 Bid Propmal_DAP_Bridge_2025-04-16 (002) Form Version wwy 22, 2019 - - City Pnriect No. 105666 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 Tvve" box provide the complete major work type and actual descrintion as provided bv_ the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Paving Construction/Reconstruction Conatser Construction TX, L.P. 11/30/2026 (Unlimited) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX, L.P. 5327 Wichita Street Fort Worth, TX 76119 BY: Brock Huggins TITLE: President DATE: END OF SECTION (Signature) CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A —Longspur Drive STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT — DEVELOPER AWARDED PROJECTS City Project No. 105666 Form Version September 1, 2015 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 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. 105666. 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 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 W CONTRACTOR: Conatser Construction TX, L.P. Company 5327 Wichita Street Address Fort Worth, TX 76119 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Brock Huaains (Please Print) Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared t;;5rrx:.�-- Huq q I n S , 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 CC -TX l_ • for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20 day of )urw. , 2025 9'�O�T HERINE ROSE'04 1tBUC,5TATE0FTEXAS Nota Public in and for the State of Texas ioM133467933'MM.EX" 11-30-2D25 END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105666 Revised April 2, 2014 00 45 26 -1 CONTRACTOR CO,MPL1,0CE WITH Wotl-" (., . UrdPENSATION LAW Page I of I I 5-EC 1 t01'V 00 45 26 2 CONTRACTOR Ct)M ?LIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096{a}, as Contractor certifies that it 5 provides wuAtr' � uuulll6,,ysation insurance coverage for all of its e111pl0y "6 4., f&y ::d on City 6 Project No.105666. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcol,l'idLwt . U..►ttticates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: I i 12 Jy: 13 Company U {Plea Print} 14 15lgctdreae: 16 Address 17 l •� t Ig ` Title: r 19 CitylState/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 B t_1% ME, t e diff3';lgffcd auti1.0l ity. on this day su.,ally appeared 27 lAtD known to Inc to b,� &C pczay. wllUst� is 28 subscribed to the for goiii 1,18 ;...�t, and ac lodged to me that helsho, txe�uted the same as 29 the act and deed of for the purposes and 30 consideration therein expressed and in the capa. y th rein ted. 31 32 GIVEN Ek IV'Y HAND AND SEAL OF OFFICE this day of 33 _.. 20�� 34 c 3S �`rgYPU }f�(S I INE KYSIAK slorl Idfl}IRs 36 1211012i 37oc NOTARY ID. 1288048�7 Notary Pub c i and iQr fife.tate of"Texas 38 39 END OF SECTION 40 f STY Q� FOR-[ WORTi'I STAI�7ARD CONSTRUCTION SPECIFICATION DOCUMENTS Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive Revised April 2. 2014 City Project No. 105666 Docusign Envelope ID: F926F61 D-1 2E3-41 1 E-947F-FFE8DE1 268DC 005243-1 Developer Awarded Project Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 6/20/2025 is made by and between the Developer, 4 QUAIL VALLEY DEVCO VIA. LLC, authorized to do business in Texas ("Developer"), and 5 Conatser Construction TX. L.P.. 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 Valley — Plannin4 Area 6A — Loni s pur Drive 16 Cite Proiect No. 105666 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 120 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 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61D-12E3-411E-947F-FFE8DE1268DC 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 5 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 One Thousand and Five Hundred Dollars and Zero Cents ($1,500.00) for each 35 day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the 36 City issues the Final Letter of Acceptance. 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 Four Hundred Seventeen Thousand Seven Hundred 40 Fiftv-Two Dollars and Fiftv Cents ($417,752.50). 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. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61D-12E3-411E-947F-FFE8DE1268DC 005243-3 Developer Awarded Project Agreement Page 3 of 5 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 — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61D-12E3-411E-947F-FFE8DE1268DC 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 5 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 sr>ecifically intended to overate 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 hart, by anv act, omission or ne ligence 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 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 nroven that all or some of the damaims being sought were caused, in whole or in vart, 94 by anv act, omission or negligence of the citv. 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61 D-12E3-411 E-947F-FFE8DE1268DC 00 52 43 - 5 Developer Awarded Project Agreement Page 5 of 5 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. 116 7.6 Authority to Sign. 117 Contractor shall attach evidence of authority to sign Agreement, if other than duly 118 authorized signatory of the Contractor. 119 IN WITNESS WIIEREOF, Developer and Contractor have executed this Agreement in multiple 120 counterparts. 121 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 122 Contractor: Conatser Construction TX. L.P. l By: (Signature) Brock Huevins (Printed Name) Title: President Company Name: Conatser Construction TX. L.P. Address: 5327 Wichita Street City/State/Zip: Fort Worth, 76119 6/20/2025 Date Developer: Quail Valley Devco VIA. LLC OccuSi'gned by, By: - 9308FEB1929942B..- (Signature) Seth Carpenter (Printed Name) Title: VP of Development Company name: Quail Valley Devco VIA, LLC Address: 400 S. Record Street, Ste. 1200 City/State/Zip: Dallas. TX 75202 6/20/2025 Date CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61 D-12E3-411 E-947F-FFE8DE1268DC SECTION Oil 52 43 OU 52 43 - 1 Devcloper Awarded Project Agreement Page 1 of 5 2 AGREE ENT 3 THIS AGREEMENT, authorized on 5 is made by and between the Developer, 4 QUAIL VALLEY DEVCO VIA LLC, aut on d to do business in Texas ("Developer"), and 5 Ashlar Contracting Company, authorized to do business in Texas, acting by and through its duly 6 authorized—,, ., ,i Utive, ("Contractor"). 7 Developer and C. in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Walsh Ranch — quail Valley — Planning Area 6A — Lupor;.5uue drive 16 City Protect No. 105666 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final '...Ira, . 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 within 120 working days after the date 23 when the Contract Time .. , .s to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the 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 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 Do-. ljpuif the Work is not CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONS,r,u, .1JA SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City- Project No. 103666 Revised June 16, 2016 Docusign Envelope ID: F926F61D-12E3-411E-947F-FFE8DE1268DC 005243-2 Developer Awarded Project Agreement Page 2 of 5 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 Ei13ht Hundred Thirty Two Dollars and Zero Cents, ($832.00) for each day that 35 expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues 36 the Final Letter of Acceptance. 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 Three Hundred Eighty -Seven Thousand 40 Six Hundred Eis?hty-Five Dollars ($1,387,685). 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. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61D-12E3-411E-947F-FFE8DE1268DC 005243-3 Developer Awarded Project Agreement Page 3 of 5 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 — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61D-12E3-411E-947F-FFE8DE1268DC 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 5 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 nrovision is specifically intended to overate 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 Dart. by anv act, omission or neg_lig�ence of the citv. 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. ^' 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is sDecifically intended to nDerate and be effective even if it is alleged or 93 vroven that all or some of the damages being sought were caused. in whole or in part. 94 by anv act. omission or Degiigence of the city. 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article I of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61D-12E3-411E-947F-FFE8DE1268DC 00 52 43 - 5 Dev elope r Awarded Project Agreement Page 5 of 5 110 remaining, .<i shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas. Fort Worth Division. 116 7.6 Authority to Sign. 117 (,q rt,,., shall attach evidence of authority to sign Agreement, if other than duly 118 authorized slg;iatu;y of the C�- �,. . 119 IN WITNESS W r-1tKt-'0T-- UL: v :•.i.r . and Contractor have executed this Agreement in multiple 120 counterparts. 121 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Cuilu W,,Oa . Developer: Ashlar Contracting Quail Valley Devco VIA_LLC 122 Occu'ftned by* B By —19308FEB1929942B (5; ; �.:....} (Signature) Luther Kenngp Seth C,ioi, (Printed Name) (Printed Name) Title: President Title: _ VP pf Development Cua i.."t, Name: Ashlar Contractina Com any Address: P.O. Box 700 City/State/Zip: Dallas. TX 75424 Date Cuaep��,j .&ine: Quail Valley Deycq VIA. LLC Address: 400 S. Record Street, Ste. 1200 City/State/Zip: Dallas,TX 75202 _ 5/22/25 Date CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 ' ® Bond No. 0269026 006213-1 PERFORMANCE13OND Page 1 of 3 1 SECTION 00 6213 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, _Conatser ConsuUgLqjp T&L.P, known as "Principal" herein and 8 Berklev Insurance Compam 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 VIA, LLC, 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of, EDUR.,RVNDJWD WWNTEEI`I-THQU A�iD 13 N HUNDRED FIFTY TWO DOLLARS ANID FIFTH CENM($417,752.50), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of 15 which sum well and truly to 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 Agreement, 20 CFA Number CFA24-0159; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 20th day of June 2025, which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Walgll Ranch - Quail V�(ev -- Planning 26 Are _ A - Lonizsnur Drive. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and 29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 Obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A—Longspur Drive STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 006213-2 PERFORMANCE, BOND Page 2 of 3 1 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 3 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 4 Worth Division. 5 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 6 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 7 accordance with the provisions of said statue. 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 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 20th day of June _ 2025 . ATTEST: (Principal) Secr�-t'r Witneslato-Princi—pal PRINCIPAL: Conatser Construction TX. L.P. BY: Signature Brock Hums. President Name and Title Address: 5327 Wichita Street Fort Wortb, TX, 76119 SURETY; Berkley Insurance Company BY Signature Robbi Morales, Attornev-in-fact Name and Title Address: 5005 LBJ Freeway, Suite 1400 Dallas, TX 75244 CITY OF FORT WORTI I Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 006213-3 PERFORMANCF. BOND Page 3 of 2 � tness as to Surety Telephone Number: 214/989-0000 3 *Note: If signed by an officer of the Surety Company, there must be on file a certified 4 extract from the by-laws showing that this person has authority to sign such 5 obligation. If Surety's physical address is different from its mailing address, 6 both must be provided. 7 8 The date of the bond shall not be prior to the date the Contract is awarded. N CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD C[TY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 006213- 1 PERFORMANCE BOND Page 1 of 3 1 SECTION 00 62 13 2 PERFORMANCE BOND Bond #460798F 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Ashlar Contracting Comoanv , known as "Principal" herein and 8 Westfield Insurance Companv , 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 VIA, LLC, 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City'), in the penal sum of, ONE MILLION THREE HUNDRED EIGHTY- 13 SEVEN THOUSAND SIX HUNDRED EIGHTY-FIVE DOLLARS ($1,387,685), lawful money 14 of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which 15 sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind 16 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 Agreement, 20 CFA Number CFA24-0159, and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the Wa- day of , 206 which Contract is hereby referred to and made a 2.3 part hereof for all purposes as 1f fully set forth herein, to furnish all materials, equipment labor 2.4 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Walsh Ranch — Ouail Vallev — Plannine 26 Area 6A — Longsour Drive. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and 29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans. 30 specifications, and contract documents therein referred to, and as well during am, period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CnY OF FORT WORTH Walsh Ranch - Quail valley - Planning Area 6A- Longsptw Drive STANDARD CITY CONDMONS - DEVELAPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 3 1 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 3 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 4 Worth Division. 5 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 6 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 7 accordance with the provisions of said statue. 8 IN WITNESS WHEREOF, the Principal and the Surety haveSIGNEDand SEALED 9 this instrument by duly authorized agents and officers on this the day of 10 , 20—Z 11 12 13 14 15 16 ATTES 17 18 :, C 19 rincipal) Secretary 20 21 22 J 23 24 Witness as to ncipal 25 26 27 28 29 30 31 32 33 34 35 36 CITY OF FORT WORTH STANDARD CITY CONDMONS - DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PRINCIPAL: Ashlar Con ctinst Comnanv BY: Signature Luther Kennon, President Name and Title Address: P.O_ Box 70 Dallas. TX- 75424 SURETY: Westfield insurance Cotnvanv BY. 7�4., Signature Donnie D. Doan. Attornev-in-Fact Name and Title Address: 8144 Walnut Hill Lane, 16th Floor Dallas, TX 75231 Walsh Ranch - Quail Vallev -- Planning Area 6A- Langspur Drive City Project No. 105666 006213-3 PERFORMANCE BOND Page 3 or 2 Witness as to Surety mhiie D- Account 1;raufiYe surety Telephone Number: (972) 770-1660 3 *Note: If signed by an officer of the Surety Company, there must be on file a certified 4 extract from the by-laws showing that this person has authority to sign such 5 obligation. If Surety's physical address is different from its mailing address, 6 both must be provided. 7 8 The date of the bond shall not be prior to the date the Contract is awarded. E CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - Longslsur Drive STANDARD CITY CONDrr1ONS - DEVELOPER AWARDED PROJECTS City Project No_ 105W Revised January 31, 2012 Bond No. 0269026 006214-1 PAYMENT BOND Page 1 of 2 I SECTION 00 6214 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Coustructio. t —TX. L.P. , known as "Principal" herein, and 8 Berkley Insurance Com_pan) 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 VIA, 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 FOUR HI DRM 13 WV NTEI N, THQ� IT �AND__,$EyEN HUNDRF,D E TWO DOLES AND FIFTY 14 CENTS ($417,752.50), lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for the payment of which sum well and truly be made jointly unto the Developer 16 and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors 17 and assigns, jointly and severally, 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 CFA24-0159; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 20th day of June , 20 25 , 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 — QuUl�Vallev _ Planning 26 Area 6A — Longsour Drive. 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. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31. 2012 006214-2 PAYMENT BOND Page 2 of 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by .duly authorized agents and officers on this the 20th day of 6 June 20 25 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 ATTEST: (FrincipaI) Secretary _ _ l Witn ss as to P ncipal ATTEST: (Surety) Secretary itness to Surety PRINCIPAL: Conatser��iflao.-TX.,7,� BY• �Signaltrcl� Beck Huggins. onnt Name and Title Address: �327 Wichita Street Fort Worth, TX 76119 SURETY: Berkley Insurance Company_ BY: `2z-L&ja�-4-� Signature _Robbi Morales; Attorne -iy n-fact Name and Title Address: 5005 LBJ Freewav, Suite 1400 Dallas, TX 75244 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 WORTII Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDFD PROJECTS City Project No. 105666 Revised January 31, 2012 00 62 14 - 1 PAYMENT BOND Page I of 2 1 SECTION 00 62 14 2 PAYMENT BOND Bond #460798F 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Ashlar Contractiu, Comvanv , known as "Principal" herein, and 8 Westfield Insurance Comvanv . 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 VIA, 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 THREE 13 HUNDRED EIGHTY-SEVEN THOUSAND SIX HUNDRED EIGHTY-FIVE DOLLARS 14 ($1,387,685), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, 15 for the payment of which sum well and truly be made jointly unto the Developer and the City as 16 dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, 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, CIA Number CFA24-0159; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the .9k day of 20jTZ>. which Contract is hereby 23 referred to and made a part hereof for 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 Vallev — Planning 26 Area 6A — Lonesuur Drive. 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. CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planting Area 6A - L,agspur Drive STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 00 62 14 - 2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the day of 6 , 20�. 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 ATTEST: (Principal) Secretary Witness as to Pri 'pal ATTEST: NIA (Surety) Secretary Witness to S Urety Ashlie Dooley, Accaunt uttve Surety PRINCIPAL: Ashlar —am fly BY: Signature Luther Kennon. President Name and Title Address: P.Q. Box 700 Dallas. TX 75424 SURETY. Westfield Insurance Company BY: ' �gnature Donnie D. Doan. Attorney -in -Fact Name and Title - Address: 8144 Walnut Hill Lane, 1" tl-floor Dallas- TX 75231 Telephone Number: [972] 770-1600 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 - Planning Area 6A- Lo Mur Drive STA.tiDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 Bond No. 0269026 00 62 19 - 1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6219 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we _ Conatser Construction , L.P.,_,_, known as "Principal" herein and $ Berkley Insurance Compan), , 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 VIA, LLC, 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the sum of FOUR Hi 1NDRFD SEYFNJEEN TH-0-US,AND 5FVEN 13 HLNDRED FIFTY-TWO DOLLARS AND. F1PTY CENTS ($417,752.50), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well 15 and truly be made jointly unto the Developer and the City as dual obligees and their successors, 16 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 17 severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number CFA24-0159 and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 20th day of . June , 20 25 , which Contract is 23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 25 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 26 the "Work") as provided for in said Contract and designated as Walsh Ranch — Ouaii Vallev — 27 Planning Area 6A — Long5p�tr Ddye; and 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 00 62 19 - 1 MAnvTENANCE BOND Page I or 3 1 SECTION 00 6219 2 MAINTENANCE BOND Bond #460798F 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we _Ashlar Contracting Comnanv_, known as "Principal" herein and 8 Westfield insurance Company , a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as `Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, Quail Valley Devco VIA, LLC, 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the sum of ONE MILLION THREE HUNDRED EIGHTY-SEVEN 13 THOUSAND SIX HUNDRED EIGHTY-FIVE DOLLARS ($1,387,685), lawful money of the 14 United States, to be paid in port Worth, Tarrant County, Texas, for payment of which sum well 15 and truly be made jointly unto the Developer and the City as dual obligees and their successors, 16 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 17 severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an. Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CIA Number CFA24-0159 and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the day of 20 a� which Contract is 23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment labor and other accessories as defined by law, in the prosecution of the 25 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 26 the "Work") as provided for in said Contract and designated as Walsh Ranch — Quail Valley — 27 Planning Area 6A -- LOngsnur Drive; and 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Walsh Ranch -- Quail Valley — Planning Area 6A— Langspur Drive ST.AND.ARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No, 105666 Revised January 31, 2012 006219-2 MAINTENANCE 13OND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 NOW THEREFORE, the condition of this obligation is such that if Principal shall 5 remedy any defective Work, for which timely notice was provided by Developer or City, to a 6 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 7 remain in full force and effect. 8 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 9 noticed defective Work, it is agreed that the Developer or City may cause any and all such 10 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 11 by the Principal and the Surety under this Maintenance Bond; and 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 1 IN WITNESS WHEREOF, the Principal and the Surety have eaachnSIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the — L— day of 3 ,20,Z_ 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 PRINCIPAL: Ashlar Contractine Comnanv B- V Signature ATTEST: Luther Kennon- President (Principal) Secretary Name and Title Address: P.O. Box 700 Dallas. TX 75424 Witness as to Pri 'pal SURETY. Westfield Insurance CornDanv Signature ATTEST: NIA Donnie D. Doan_ Attornev-in-Fact (Surety) Secretary Name and Title Address: 8144 Walnut Hill Lane. 16thFI?CW Dallas, 7`X 75231 Witness too S" ure� snlie Dwyer. Acc w E ive surd', Telephone Number: (972) 770-16* ty p - 32 *Note: 33 34 35 36 37 38 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. END OF SECTION CITY OF FORT WORTFI Walsh Ranch - Quail galley - Planting Area 6A - L ngspur Drive S XNDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 103"6 Revised January 3 1, 2012 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 06/05119, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220072 03 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint JOHN D. FULKERSON, TOM P. €LLIS, III, DONNIE D. DOAN, KAE PERDUE, KRISTI MEEK, DAWN DAVIS, WALTER J. DELAROSA, SHARON CLARY, RYAN BOWLES, CHRISTEN TYNER, JOINTLY OR SEVERALLY of DALLAS and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and ail bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LfMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARAN I FF, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s) -in- Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be va id and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 05th day of JUNE A. D., 2019 . Corporate ;yR,I"'* l, alsoONAL / r.,, �*•"'""""• WESTFIELD INSURANCE COMPANY Aff xed v '� �r '¢.........sG f'~'. �'� WESTFIELD NATIONAL INSURANCE COMPANY % $ w ' • 9'i ~. OHIO FARMERS INSURANCE COMPANY " SEAL :�' _•., tip _ 9 r_ ` 'F`•-,� it :� . a;i : �aa g s State of Ohio """11�•'"` Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 05th day of JUNE A.D., 2019 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal Pt i0. S Affixed ,�P� •11`�� � • David A. Kotnik, Attorney at Law, Notary Public State of Ohio p My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: NtZNt 1, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect In Witness Whereof, I have hereunto.set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A. D., J�•••+1�,�'V ,et„Mr,Ir 1 IIN ew EA€q.5ITAI.. • zaae .•' f s oti+f� * •��;= Frank A. Carrino, Secretary BPOAC2 (combined) (06-C2), STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105666 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 1201 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 14.02 Computation of Times............................................................. 14.03 Cumulative Remedies.............................................................. 14.04 Survival of Obligations............................................................ 14.05 Headings ... 34 ... 34 ... 35 ... 35 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the followingways: 1. A Field Order; CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 and non -owned. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: NONE 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: NONE b. Each Occurrence:: NONE 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made byparticipating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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. W 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 I Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and OtherAreas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2 At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve 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 endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes ofactions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing Cityf Inds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipatedproject. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2 consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105666 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105666 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 IRM9 11:01WWI17Z%140IDleh89 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It maybe necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit aP.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 0131 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 49 3) Date of the interruption of service CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August, 30, 2013 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 4) Period the interruption will take place 2 5) Name of the contractor's foreman and phone number 3 6) Name of the City's inspector and phone number 4 c. A sample of the temporary water service interruption notification is attached as 5 Exhibit B. 6 d. Deliver a copy of the temporary interruption notification to the City inspector 7 for review prior to being distributed. 8 e. No interruption of water service can occur until the flyer has been delivered to 9 all affected residents and businesses. 10 f. Electronic versions of the sample flyers can be obtained from the Project 11 Construction Inspector. 12 H. Coordination with United States Army Corps of Engineers (USACE) 13 1. At locations in the Project where construction activities occur in areas where 14 USACE permits are required, meet all requirements set forth in each designated 15 permit. 16 I. Coordination within Railroad Permit Areas 17 1. At locations in the project where construction activities occur in areas where 18 railroad permits are required, meet all requirements set forth in each designated 19 railroad permit. This includes, but is not limited to, provisions for: 20 a. Flagmen 21 b. Inspectors 22 c. Safety training 23 d. Additional insurance 24 e. Insurance certificates 25 f. Other employees required to protect the right-of-way and property of the 26 Railroad Company from damage arising out of and/or from the construction of 27 the project. Proper utility clearance procedures shall be used in accordance 28 with the permit guidelines. 29 2. Obtain any supplemental information needed to comply with the railroad's 30 requirements. 31 J. Dust Control 32 1. Use acceptable measures to control dust at the Site. 33 a. If water is used to control dust, capture and properly dispose of waste water. 34 b. If wet saw cutting is performed, capture and properly dispose of slurry. 35 K. Employee Parking 36 1. Provide parking for employees at locations approved by the City. 37 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 38 Construction Specification [if required for the project] 39 1. Comply with equipment, operational, reporting and enforcement requirements set 40 forth in NCTCOG's Clean Construction Specification. } CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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, CONTRACTOR 3 - -- 4 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 IRM9 1101WROIIIZ%140IDleh89ZIZy011117M 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 63XOJI M 13011iLLTIII] PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Pagel of 4 ISTM 31t1rw:VIleler:WaDO411OUT I00Iarw.17400.I PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 7 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B.Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 9 C.Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A.Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this Item are 19 subsidiary to the various Items bid and no other compensation will be allowed. 20 2. Construction Survey 21 a. Measurement 22 1) This Item is considered subsidiary to the various Items bid. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this Item are 25 subsidiary to the various Items bid and no other compensation will be allowed. 26 3. As -Built Survey 27 a. Measurement 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and the materials furnished in accordance with this Item are 31 subsidiary to the various Items bid and no other compensation will be allowed. 32 33 34 35 36 37 38 1.3 REFERENCES 39 A.Definitions CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakina — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B.Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 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 0133 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one 2 (1) week prior to scheduling the project final inspection for City review and comment. 3 Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to 4 the City prior to scheduling the construction final inspection. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A.Construction Staking 8 1. Construction staking will be performed by the Contractor. 9 2. Coordination 10 a. Contact City and Developer's Project Representative at least one week in advance 11 notifying the City of when Construction Staking is scheduled. 12 b. It is the Contractor's responsibility to coordinate staking such that construction 13 activities are not delayed or negatively impacted. 14 3. General 15 a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or 16 Developer's Project Representative are required to re -stake for any reason, the 17 Contractor will be responsible for costs to perform staking. If in the opinion of the 18 City, a sufficient number of stakes or markings have been lost, destroyed disturbed or 19 omitted that the contracted Work cannot take place then the Contractor will be required 20 to stake or re -stake the deficient areas. 21 B.Construction Survey 22 1. Construction Survey will be performed by the Contractor. 23 2. Coordination 24 a. Contractor to verify that horizontal and vertical control data established in the design 25 survey and required for construction survey is available and in place. 26 3. General 27 a. Construction survey will be performed in order to construct the work shown on the 28 Construction Drawings and specified in the Contract Documents. 29 b. For construction methods other than open cut, the Contractor shall perform 30 construction survey and verify control data including, but not limited to, the following: 31 1) Verification that established benchmarks and control are accurate. 32 2) Use of Benchmarks to furnish and maintain all reference lines and grades for 33 tunneling. 34 3) Use of line and grades to establish the location of the pipe. 35 4) Submit to the City copies of field notes used to establish all lines and grades, if 36 requested, and allow the City to check guidance system setup prior to beginning each 37 tunneling drive. 38 5) Provide access for the City, if requested, to verify the guidance system and the line 39 and grade of the carrier pipe. 40 6) The Contractor remains fully responsible for the accuracy of the work and 41 correction of it, as required. 42 7) Monitor line and grade continuously during construction. 43 8) Record deviation with respect to design line and grade once at each pipe joint and 44 submit daily records to the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 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 3. General 17 a. The Contractor shall provide as -built survey including the elevation and location (and 18 provide written documentation to the City) of construction features during the 19 progress of the construction including the following: 20 1) Water Lines 21 a) Top of pipe elevations and coordinates for waterlines at the following locations: 22 (1) Minimum every 25O linear feet, including 23 (2) Horizontal and vertical points of inflection, curvature, etc. 24 (3) Fire line tee 25 (4) Plugs, stub -outs, dead-end lines 26 (5) Casing pipe (each end) and all buried fittings 27 2) Sanitary Sewer 28 a) Top of pipe elevations and coordinates for force mains and siphon sanitary 29 sewer lines (non -gravity facilities) at the following locations: 30 (1) Minimum every 250 linear feet and any buried fittings 31 (2) Horizontal and vertical points of inflection, curvature, etc. 32 3) Stormwater — Not Applicable 33 b. The Contractor shall provide as -built survey including the elevation and location (and 34 provide written documentation to the City) of construction features after the 35 construction is completed including the following: 36 1) Manholes 37 a) Rim and flowline elevations and coordinates for each manhole 38 2) Water Lines 39 a) Cathodic protection test stations 40 b) Sampling stations 41 c) Meter boxes/vaults (All sizes) 42 d) Fire hydrants 43 e) Valves (gate, butterfly, etc.) 44 f) Air Release valves (Manhole rim and vent pipe) 45 g) Blow off valves (Manhole rim and valve lid) 46 h) Pressure plane valves 47 i)Underground Vaults 48 (1) Rim and flowline elevations and coordinates for each 49 Underground Vault. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 01 71 23 - 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 f 7\ :71 *i 9 :Z11111Iow Ky 12 A.A construction survey will produce, but will not be limited to: 13 1. Recovery of relevant control points, points of curvature and points of intersection. 14 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently 15 permanent and located in a manner to be used throughout construction. 16 3. The location of planned facilities, easements and improvements. 17 a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, 18 utilities, streets, highways, tunnels, and other construction. 19 b. A record of revisions or corrections noted in an orderly manner for reference. 20 c. A drawing, when required by the client, indicating the horizontal and vertical location 21 of facilities, easements and improvements, as built. 22 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 23 construction staking projects. These cut sheets shall be on the standard city template which 24 can be obtained from the Survey Superintendent (817-392-7925). 25 5. Digital survey files in the following formats shall be acceptable: 26 a. AutoCAD (.dwg) 27 b. ESRI Shapefile (.shp) 28 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard 29 templates, if available) 30 6. Survey files shall include vertical and horizontal data tied to original project control and 31 benchmarks, and shall include feature descriptions 32 PART 3 - EXECUTION 33 3.1 INSTALLERS 34 A.Tolerances: 35 1. The staked location of any improvement or facility should be as accurate as practical and 36 necessary. The degree of precision required is dependent on many factors all of which must 37 remain judgmental. The tolerances listed hereafter are based on generalities and, under 38 certain circumstances, shall yield to specific requirements. The surveyor shall assess any 39 situation by review of the overall plans and through consultation with responsible parties as 40 to the need for specific tolerances. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 01 71 23 - 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 .0.1 ft tolerance. 5 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways 6 shall be located within the confines of the site boundaries and, occasionally, along a 7 boundary or any other restrictive line. Away from any restrictive line, these facilities 8 should be staked with an accuracy producing no more than 0.05ft. tolerance from their 9 specified locations. 10 d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric 11 lines, shall be located horizontally within their prescribed areas or easements. Within 12 assigned areas, these utilities should be staked with an accuracy producing no more than 13 0.1 ft tolerance from a specified location. 14 e. The accuracy required for the vertical location of utilities varies widely. Many 15 underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be 16 maintained. Underground and overhead utilities on planned profile, but not depending 17 on gravity flow for performance, should not exceed 0.1 ft. tolerance. 18 B.Surveying instruments shall be kept in close adjustment according to manufacturer's 19 specifications or in compliance to standards. The City reserves the right to request a calibration 20 report at any time and recommends regular maintenance schedule be performed by a certified 21 technician every 6 months. 22 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the 23 closures and tolerances expressed in Part 3.1.A. 24 2. Vertical locations shall be established from a pre -established benchmark and checked by 25 closing to a different bench mark on the same datum. 26 3. Construction survey field work shall correspond to the client's plans. Irregularities or 27 conflicts found shall be reported promptly to the City. 28 4. Revisions, corrections and other pertinent data shall be logged for future reference. 29 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 APPLICATION 33 3.5 REPAIR / RESTORATION 34 A.If the Contractor's work damages or destroys one or more of the control monuments/points set by 35 the City or Developer's Project Representative, the monuments shall be adequately referenced for 36 expedient restoration. 37 1. Notify City or Developer's Project Representative if any control data needs to be restored or 38 replaced due to damage caused during construction operations. 39 a. Contractor shall perform replacements and/or restorations. 40 b. The City or Developer's Project Representative may require at anytime a survey 41 "Field Check" of any monument or benchmarks that are set be verified by the City 42 surveyors or Developer's Project Representative before further associated work can 43 move forward. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 01 71 23 - 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 3' 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 10401XII OM *4011 MCI 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 Section 2 - Contract Including Street Lights 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 0010 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn� rfwit tie to Bid efs Last Revised 03 /v�r20/2020 00 41 00 00 42 43 nn� Bid Fe Proposal Form Unit Price Bid Ben nn/n 4 05/22/2019 nn inT nn� 00 45 12 Bidders n -o,,, alit ,.ation' Prequalification Statement 04/04 09/01/2015 nn� Bidder nro,,, alit ,..,de , +W.ioatian 03 in 0 00 45 26 Contractor Compliance with Workers' Compensation Law Tainerity Enterprise 04/02/2014 00 45-40 00 52 43 Business Goal Agreement 08/28 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 00 72 00 Maintenance Bond Genera Conditions 01/31/2012 1 1 i1 T 00 73 00 0073 10 Supplementary Conditions Standard City Conditions of the Construction Contract for Developer 0� in�11 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 013120 PrOotAi leefings 07i0i 01 3233 Preconstruction Video 08/30/2013 01 3300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 6000 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 0 i� Closeout Requirements Opp f, iea and r mate ree Da4 n,., eet n eee .a D,.,.thment 04/07/2014 nn in s nn in s 0 i� CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105666 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 0241 13 Selective Site Demolition NONE 0241 14 Utility Removal/Abandonment NONE 0241 15 Paving Removal NONE Division 03 - Concrete 03 30 00 Cast -In -Place Concrete NONE 03 34 13 Controlled Low Strength Material (CLSM) NONE 03 34 16 Concrete Base Material for Trench Repair NONE 03 80 00 Modifications to Existing Concrete Structures NONE Division 26 - Electrical 26 05 00 Common Work Results for Electrical NONE 2605 10 Demolition for Electrical Systems NONE 26 05 33 Raceways and Boxes for Electrical Systems NONE 26 05 43 Underground Ducts and Raceways for Electrical Systems NONE Division 31 - Earthwork 31 1000 Site Clearing NONE 3123 16 Unclassified Excavation NONE 31 23 23 Borrow NONE 31 24 00 Embankments NONE 31 25 00 Erosion and Sediment Control NONE 31 36 00 Gabions NONE 31 37 00 Riprap NONE Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair NONE 3201 18 Temporary Asphalt Paving Repair NONE 32 01 29 Concrete Paving Repair NONE 32 1123 Flexible Base Courses NONE 32 1129 Lime Treated Base Courses NONE 32 1133 Cement Treated Base Courses NONE 32 1137 Liquid Treated Soil Stabilizer NONE 32 1216 Asphalt Paving NONE 32 1273 Asphalt Paving Crack Sealants NONE 32 13 13 Concrete Paving NONE 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps NONE 32 1373 Concrete Paving Joint Sealants NONE 32 1416 Brick Unit Paving NONE 32 16 13 Concrete Curb and Gutters and Valley Gutters NONE 32 1723 Pavement Markings NONE 32 1725 Curb Address Painting NONE 3231 13 Chain Fences and Gates NONE 32 31 26 Wire Fences and Gates NONE 32 31 29 Wood Fences and Gates NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 32 13 Cast -in -Place Concrete Retaining Walls NONE 3291 19 Topsoil Placement and Finishing of Parkways NONE 32 92 13 Hydro -Mulching, Seeding, and Sodding NONE 32 93 43 Trees and Shrubs NONE Division 33 - Utilities 33 01 30 Sewer and Manhole Testing NONE 33 01 31 Closed Circuit Television (CCTV) Inspection NONE 3303 10 Bypass Pumping of Existing Sewer Systems NONE 33 04 10 Joint Bonding and Electrical Isolation NONE 33 04 11 Corrosion Control Test Stations NONE 33 04 12 Magnesium Anode Cathodic Protection System NONE 33 04 30 Temporary Water Services NONE 33 04 40 Cleaning and Acceptance Testing of Water Mains NONE 33 04 50 Cleaning of Sewer Mains NONE 3305 10 Utility Trench Excavation, Embedment, and Backfill NONE 3305 12 Water Line Lowering NONE 3305 13 Frame, Cover and Grade Rings - Cast Iron NONE 3305 13.10 Frame, Cover and Grade Rings - Composite NONE 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to NONE Grade 3305 16 Concrete Water Vaults NONE 3305 17 Concrete Collars NONE 33 05 20 Auger Boring NONE 33 05 21 Tunnel Liner Plate NONE 33 05 22 Steel Casing Pipe NONE 33 05 23 Hand Tunneling NONE 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate NONE 33 05 26 Utility Markers/Locators NONE 33 05 30 Location of Existing Utilities NONE 33 1105 Bolts, Nuts, and Gaskets NONE 33 11 10 Ductile Iron Pipe NONE 33 11 11 Ductile Iron Fittings NONE 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe NONE 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type NONE 33 11 14 Buried Steel Pipe and Fittings NONE 33 11 15 Pre -Stressed Concrete Cylinder Pipe NONE 33 1210 Water Services 1-inch to 2-inch NONE 33 12 11 Large Water Meters NONE 33 1220 Resilient Seated Gate Valve NONE 33 1221 AWWA Rubber -Seated Butterfly Valves NONE 33 1225 Connection to Existing Water Mains NONE 33 1230 Combination Air Valve Assemblies for Potable Water Systems NONE 33 1240 Fire Hydrants NONE 33 1250 Water Sample Stations NONE 33 1260 Standard Blow -off Valve Assembly NONE 3331 12 Cured in Place Pipe (CIPP) NONE 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers NONE 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 33 3120 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe NONE 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer NONE Pipe 33 31 22 Sanitary Sewer Slip Lining NONE 33 31 23 Sanitary Sewer Pipe Enlargement NONE 33 31 50 Sanitary Sewer Service Connections and Service Line NONE 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains NONE 33 39 10 Cast -in -Place Concrete Manholes NONE 33 3920 Precast Concrete Manholes NONE 33 3930 Fiberglass Manholes NONE 33 39 40 Wastewater Access Chamber (WAC) NONE 33 39 60 Epoxy Liners for Sanitary Sewer Structures NONE 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts NONE 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain NONE 3341 12 Reinforced Polyethlene (SRPE) Pipe NONE 33 46 00 Subdrainage NONE 33 46 01 Slotted Storm Drains NONE 33 46 02 Trench Drains NONE 33 49 10 Cast -in -Place Manholes and Junction Boxes NONE 33 49 20 Curb and Drop Inlets NONE 33 49 40 Storm Drainage Headwalls and Wingwalls NONE Division 34 - Transportation 3441 10 Traffic Signals NONE 3441 10.01 Attachment A — Controller Cabinet NONE 3441 10.02 Attachment B — Controller Specification NONE 3441 10.03 Attachment C — Software Specification NONE 3441 11 Temporary Traffic Signals NONE 3441 13 Removing Traffic Signals NONE 3441 15 Rectangular Rapid Flashing Beacon NONE 3441 16 Pedestrian Hybrid Signal NONE 34 41 20 Roadway Illumination Assemblies NONE 34 41 20.01 Arterial LED Roadway Luminaires NONE 34 41 20.02 Freeway LED Roadway Luminaires NONE 34 41 20.03 Residential LED Roadway Luminaires NONE 34 41 30 Aluminum Signs NONE 3471 13 Traffic Control NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 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: htt D://fortworthtexas.2ov/ti)w/contractors/ or httDs://apps.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 02 4 3 Celeet;„e Site Demel:t:e,, 12/20/201-2 02 41 14 T T 44-y D em e„el / A l,&a of ff e. t 1 2 /7rz7 202viz 02 11 15 D.,,,;ng De,,,,,,,.,1 02/o '�6 Division 03 03 30 00 Conerete Cat In Naoe Concrete 12/''�tz 03 31 13 n2� Controlled row Strengtl, >\a.,teria (C S n 11 /7 i erete T,-e„el, De.,e;« 12/7 z 038000 Co Base Material for TiTedi eetions to Existing ne-ne..et0 &Iyuc Uma 12/7 z Division 26 - Electrical 26 05 00 Ca —,.xxi `?;Tefk Results f f E eetr e.,l 1 11 1 /7 t3 2605 10 for Eleet«;e.,l Systems 12/ z 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Undefgfe d DM= —and Deee,, ays f r 1~leetr:e.,l Systems 0�/n�11 26 05 50 Division C_-\i nur.loatiom Multi Duet Conduit 02/moo Earthwork 31 2'� 31 23 16 31 2323 312400 312500 e;te Cleffiving 12/20/2012 U:-.,-)1a3z,.F;ea Exe.,y t; 01 / 3 B orfo 01/ 3 Embankments 01 / 3 Efesio and Se.li,v,entre17/�i_2 I 31 3600 313700 32 Cabierls i2l,2412W2 I R Exterior- improvements32 Pefmanent 1zpWIIV W.�i 12/TZT20/20TL It D.,, D epa 1 Tempefaf }Division 01 17 3201 g 32 01 29 2/7�l1�L Asphalt ing avirrg norm 12 /�012 121 1123 F exible Base r, ufses- 12/7�lhL 3}L� 1129 Lime e Treated Base r, ufses 12/�012 3L 1133 Genier,t Treated Base re,,,-12/7 z 3L 11 27 32 6 Liquid ,:a Treated Soil Stabilize 08'lv/rn21/2015 Asphalt It Paving 12/'lizr2412012 32 1273 ?� 12 12 Asphalt It n., ing G.-.,el, Sealants 12/�2 Gonerete U.,,,ing 12/'fez 32 1320 32 13 73 32� Z71z13 o e,-ete Sidewalka, Driveways and Barrier Ffee Ramps 06/05,12 Q Go e,.ete Paving joint Sealants i2/wiz I Briek Unit Pavi . i2/2412W2 I ('',,nefete r,,,.l. and Getters and Valley Gutters- 10/06 CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 1 /22 /20 3 3�3 P-a��oma�It Markings �� 312 P. 13 Chain > enees a -a Gates i2/�Q 323126 W' o F*cwo"ndGates i2/�20/M2 32 P. 2,9 � ,,., Weed Rano�asdGates 12 /�12 In 3�1 13 G'�zt7. ix P aoo Geerete Retaining Walls 8� 9 3� 91 19 Te .�il P aoc-s ent a -a Finishing ing e f Pafk,,,ays 1 2 /7 z 312 92 13 14ydfo fulchi g, F eediag, a a e eddi i 2 / 3n 93 13 Tfees ar13 V.yab0 , 2 /� 20/20Q Division 33 Utilities 33 01 30 Sewef and i n!—.3lo Ting 12/�;z 33 01 31 Cmuit Tie,,; sio (CCTV) T speetio , n3 /no�6 eF Existing Sewer- S„sterv,� 33-03-3-0 13��paa3 Pu:��.�^ 12/20/2012 �� 33-04 19 joint Bonding and Rleet,-;e.,l isol,•1;o.-. 12/7 z ZZ� Ceffes;e« Cont,-el Test Stations 12/7re�-20/2012 33-04-12 Magnesium A„e.1e C tl,e.l;e Proteetie,-, S„stefln 12/7 z 2'2� Tempe,-afy xx7.,te,- Set -vie 07/0T 33-04--49 Qoa ing 7,1,E A eeepta ee Testing efxxT.,te f Mains 02/03 33 04-69 Cleaning ing of Sewer Mains 1 2 /7 z 3305 10 Utili Dzax bon, Embedment, and i2aek f;ll 12/16 3305 12 Wax L11m Lewering , 2l� "�i 3305 13 Ffame, Cover- and G..a e Rings Cast 01 /� 2moo 3 3 n�0 Ffame, r e, e and G f 3o Rims Composite n 1 /7�viv6 33 05 4Adjusting lcn, Ilil&,3,, Valve Boxes, .,,-..1 Othoy 9r'uotuws-te 12/7 z Grade 33 05 4-6 Ce,-,efete xx T.,te,- Vaults 12/7 z 3305 17 rerefete rellafs 12/7 z 2'2� Augef Befing 171 /7rcr20//2012 330521 Txa L;r.,y, Plate r, 7r129r12vzz 330522 Steel Casing -Ripe , /�;z 3• Hand T,,.,.,eling , 7 /zzr2412W 2 33 4 installation eF C''a1ricc Pipe in Casing e,- T,,,-„-,el Liner- Plate 06/,vvr19V2013 33 05 26 Utilit,. Mar-kefs,/Leeatofts i2l,2412z 22� Tve.,tie,-,eFExisting U44i12,12412012 33 1105 Belts Nuts, and !`_.,sLets- 12/�04-2 2210 D etile T,-en Pipe 12/7�/l�L 22 11 11 D etile ir-on Fittings 12/7 z 33 11 12 ne1,., inn Chloride (PNIG) Pressur-e Pipe „/,tea 33 11 13 Co e,-ete Wes o PiN Bar- V-appe.7 Steel Cylinder- Type 12/�0�2 33 11 1� Btified Steel Pipe 1 Fittings 12/20/2012 33 1219 Water- Sefyiees 1 ineh to 2 i i rr1/,vzr ^r4,12017r 33 1211 Large Wa4er Mete,-s i2/2412W2 33 1229 nesiliefft Seated Gate Valve 12/ z 33 ? L AAVWA Rubber-cea4ed Bu4tef l,. V 1„i2/2412W2 33 ? 2ti r'o eetien to Existing Water- >, airs 02/03 33 1239 Ce,Y,l.;n.,tio Air- f xx7 Potable , te- .,., S„ste� i2/ z 3� 49 Fire Hy j 01/03,12014 33 1259 Wator f:Cmr).a Stations ,'f/izrzWW2 CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 6A - Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 331-2 60 Standard Blow off Vah1 e n ^,..b! 06/1 �3 P_ P. 15 High Density Pelyethylene (IIDPE) Pipe -€or £/anitar, er 12/ 0/2012 333120 v ly,vift.4 C l ,ride (PVC) r_fa-N it- j S anita fy S ewef Pipe 06 / 1 �3 3_ P. 21 l anitzr, er 12/20/M2 Pipe P_ P. 22 �--,r f'J.ip .mining �2 0 Sanitafy Sewer- Sefy e Genneetief s a -a SeMee r ; e nn /7vT 26//2vi� 33-3470 Ca'.tbi:lati^ �Q f 12/7 z 3�3�A Cam is P.L1aa Co:�a�t� 1\�llele� 33 39 20 Preeast-Cxnoxtej lees 12/� 0/2 33 39 30 Fiks.-g.L1s3 1\' anholx 12/�1-2 33 39--40 Wastewater n ceess Chamber (UI AC) i2/7 z 33 39 60 €a: Eailor; Sewe, ctfuetures 12/�12 32 41 10 no:rf; ,., e C r,.,-oto Storm Fawef Pipe/C lye fts 07/n� 1�1 33 1 ? 11 High Density Polyethylene (IIDPE) Pipe for- z3tarm Drain 1-2/2vrzvii 22� Rein f; ,-. e Pe, ,othkA-w (�,PE>, Pip-- 1 1 /1 � 1-2/20/-201-2 33 4601 Sletted 9t3-.Tn Drains n�/n�1 33 4602 Tfendli Dn ino n7/n�11 33 4910 Cast in Plaae Manholes and itinetion Boxes 12/7 z 33 4920 Gab and Drip nlets 12/�1 33 4940 &xmx Dminage uo.,,l.,,.,lls and W,,,.,...,.,lls 0�/n�11 Division 34 - Transportation 34 Al 10- 1nn�i-2nic �� f�� Oi�.�ul� �T 3 n ^�01 Attaebment A opAfollefC—abinet 12 /1 /,�15 3n ^�02 ABCon it Spe tt-ae��� t>•e er��Fifieatien 0214W2 34 41 10.03 n ntt-ae�� t G So twafe Speeifieatien 01�2 � 2/1 11 11 rrom,.,,..afy T'.a ffie Signals 1 11 1 / 3 211 11 13 Removing T- faffio 9ignalrc 12/7�i2 2 1 1 1.1 1..,G ��zrgul�r P.axi.3 Prazl2ing BeaeE) 11,122,12013 �/77/7n1'2� 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 4120.01 n ,.tefia LED D .,.,.1..,.,., T � � .�, rt�ri�az 06 �11 c120c� 34 .vz Ffeeway LED Roadway !1.e1'rPL�'�f06 �12015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 344139 Aluminum E,� 111 1 /lrrr12/2013 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 Appendix FJ42-¢01 Wailabilit-y of Lands GC-4.02 Subsurface and Physical Conditions FG-¢J1 Undc\-g2owa GG 4. G66 1-LIoardew,,�-im-rx a�I�.al Geed fief at Site G -6,09 1-�-Illt: -ax,7 U44ifies Fib-6.21 P oxdi3o =kna on GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 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 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 1 of 1 Longspur Bidder's Application Description Specification Unit of Bid Quantity Section No. Measure UNIT V: STREET LIGHTING IMPROVEMENTS 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 747.0 9999.0001 2" CONDT PVC SCH 80 (BR) 26 05 33 LF 345.0 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 86.0 3441.1408 NO 2 Insulated Elec Condr 3441 10 LF 1,057.0 3441.1501 Furnish/Install Ground Box Tvpe B 3441 10 EA 10.0 3441.1772 Furnish/Install 240-480 Volt Single Phase 3441 20 EA Transocket Metered Pedestal 1.0 3441.3301 Rdwv Illum Foundation TY 2 3441 20 EA 5.0 9999.0002 Furnish/Install Walsh Ranch 30ft Single- 00 00 00 EA Mast Street Licht Pole & LED Fixture 6.0 TOTAL UNIT V: STREET LIGHTI VG IMPROVEMENTS Bid Summary UNIT V: STREET LIGHTING IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: CONATSER CONSTRUCTION TX, L.P. 5327 WICHITA ST. FORT WORTH, TX 76119 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid Bidder's Proposal Unit Price I Bid Value $16.00 $11,952.00 $30.00 $10,350.00 $6.00 $516.00 $6.00 $6,342.00 $1,000.00 $10,000.00 $11,500.00 $11,500.00 $1,800.00 $9,000.00 $15,500.00 $93,000.00 BY: BROCK�[1HUUGGINS A0�`1' 01-dt- TITLE: PRESIDENT DATE: $152,660.00 $152,660.00 $152,660.00 lr 2 o working days after the date when the END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Copy of WR-PA6-LS_00 42 43_Bid Proposal_DAP_Street Lighting_2025-04-16 Form Version May 22, 2019 City Porject No. 105666 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of I 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 maior work h pe 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 and Pedestrian Lights Conatser Construction TX, L.P. 01/31/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Conatser Construction TX, L.P. BY: Brock Huggins 5327 Wichita Street Fort Worth, TX 76119 (Signature) TITLE: President DATE: END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT — DEVELOPER AWARDED PROJECTS City Project No. 105666 Form Version September 1, 20I5 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 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. 105666. 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 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 CONTRACTOR: Conatser Construction TX. L.P. Company 5327 Wichita Street Address Fort Worth, TX 76119 City/State/Zip THE STATE OF TEXAS § COUNTY OFTARRANT § By: Brock Hul~Qins (Please Print) d Signature: Title: President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared 15r2�c�rtj-4nni n s 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 CCTX L N for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2 day of 20_. JDKTIT.HERINEROSENOARYPUBUC,8TATEOFTUAS Notary Public in and for the State of Texas log 133467933 OPMM, EXP. 11.30_2025 END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105666 Revised April 2, 2014 Docusign Envelope ID: F926F61 D-12E3-411 E-947F-FFE8DE1268DC 005243-1 Developer Awarded Project Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 6/20/2025 is made by and between the Developer, 4 OUAIL VALLEY DEVCO VIA. LLC, authorized to do business in Texas ("Developer"), and 5 Conatser Construction TX, L.P.. 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 — Ouail Vallev — Planninc Area 6A — LOnl4SDur Drive 16 City Proiect No. 105666 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 120 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 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61 D-1 2E3-41 1 E-947F-FFE8DE1 268DC 005243-2 Developer Awarded Project Agreement Page 2 of 5 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 One Thousand and Five Hundred Dollars and Zero Cents ($1,500.00) for each 35 day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the 36 City issues the Final Letter of Acceptance. 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 Hundred Fiflt Two Thousand Six Hundred Sixth 40 Dollars ($152,660.00). 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. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61 D-12E3-411E-947F-FFE8DE1268DC 005243-3 Developer Awarded Project Agreement Page 3 of 5 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 — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F9261F61D-12E3-411E-947F-FFE8DE1268DC 005243-4 Developer Awarded Project Agreement Page 4 of 5 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 overate 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 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to overate and be effective even if it is alleged or 93 proven that all or some of the damazes being sought were caused, in whole or in Dart, 94 by anv act, omission or nego,liuence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 Docusign Envelope ID: F926F61 D-12E3-411 E-947F-FFE8DE1268DC 00 52 43 - 5 Developer Awarded Project Agreement Page 5 of 5 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. 116 7.6 Authority to Sign. 117 Contractor shall attach evidence of authority to sign Agreement, if other than duly 118 authorized signatory of the Contractor. 119 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 120 counterparts. 121 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Developer: Conatser Construction TX, L.P. Quail ValleK Devco VIA, LLC 122 By: (Signature) Brock Huiz.6ns (Printed Name) Title: President Company Name: Conatser Construction TX, L.P. Address: 5327 Wichita Street City/State/Zip: Fort Worth, 76119 6/20/2025 Date DmuS�gned by, r, �f i By: 930BFEB1929942B.. (Signature) Seth Carpenter (Printed Name) Title: VP of Development Company name: Quail Vallev Devco VIA, LLC Address: 400 S. Record Street. Ste. 1200 City/State/Zip: Dallas, TX 75202 Date 6/20/2025 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised June 16, 2016 I DATE(MM/DD/YYYY) ACORV CERTIFICATE OF LIABILITY INSURANCE 05/22/2025 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). PRODUCER CONTACT Gala Harris NAME: The Sweeney Company PHONE (817) 457-6700 FAX (817) 457-7246 [A/C Noi: 1121 E. Loop 820 South E-MAIL ADDRESS: gala@thesweeneyco.com P 0 BOX 8720 INSURER(S) AFFORDING COVERAGE NAIC # Fort Worth TX 76124-0720 INSURERA: BITCO National Insurance Company 20109 INSURED INSURER B: BITCO General Insurance Corporation 20095 Conatser Construction TX, LP P.O. Box 15448 I INSURER C : INSURER D : I INSURER E : Fort Worth TX 76119-0448 I INSURER F : COVERAGES CERTIFICATE NUMBER: 24/25 GENL REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUUL 1JtW POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD wVD POLICY NUMBER ;MMIDWYYYY) ?MMIDD/YYYYI LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR X CONTRACTUAL, XCU A X INDEP CONT BFPD GENTAGGREGATE LIMMAPPLIES PER: POLICY � JEC ❑ LOC JECT X OTHER: 1,000 DED PER PC OCC AUTOMOBILE LIABILITY X ANYAUTO B OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY X UMBRELLA LIAB ^ OCCUR B EXCESS LIAB CLAIMS -MADE DED I X1 RETENTION $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE B OFFICER/MEMBER EXCLUDED? Y N / A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below B Brock Huggins Pres, office only EACH C?MV�6 DAM GE- A -I $ 1,000,000 PREMISES fEa occurrence? 100,000 $ MED EXP (Any one person} $ 5,000 CLP3746901 08/01/2024 08/01/2025 I PERSONAL & ADV INJURY $ 1,000-000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2.000,000 COMBINED SINGLE LIMIT (Ea accident' $ 1,000,000 BODILY INJURY (Per person) $ CAP 3 746 902 08/01/2024 08/01/2025 1130DILY INJURY (Per accident) $ PROPERTY DAMAGE $ fPer accidents EACH OCCURRENCE $ 5,000,000 CUP 3 746 899 08/01/2024 08/01/2025 I AGGREGATE $ 5,000,000 $ X. PER OTH- STATUTE ER E.L. EACH ACCIDENT WC 3 746 900 08/01/2024 08/01/2025 $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CPN: 105666, Project Name: Walsh Ranch - Quail Valley — Planning Area 6A — Longspur Drive (Paving, Utilities, Streetlights) 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. WC, GL & auto include a blanket automatic waiver of subrogation endt & the GL, auto include a blanket automatic additional insured endt providing additional insured & waiver of subrogation status to the cent holder only when there is a written contract between the named insured & the cert holder that requires such status. The additional insured endts contains special primary & noncontributory wording. Umbrella follows form additional insured & waiver of subrogation. The policies include an endt providing 30 day notice of cancellation (10 days for non -pay of premium) to the cert holder. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF FORT WORTH ACCORDANCE WITH THE POLICY PROVISIONS. 100 FORT WORTH TRAIL AUTHORIZED REPRESENTATIVE FT WORTH TX 76102 I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD �►� " CERTIFICATE OF LIABILITY INSURANCE I DATE5/22/2025 Y) 05/22/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Gala Harris NAME: The Sweeney Company PHONE (817) 457-6700 FAX (817) 457-7248 iANo]: It 1121 E. Loop 820 South ADORESS:�igala@thesweeneyoo.com P O BOX 8720 INSURER(S) AFFORDING COVERAGE NAIC # Fort Worth TX 76124-0720 INSURERA: BITCO National Insurance Company 20109 INSURED INSURER B: BITCO General Insurance Corporation 20095 Conatser Construction TX, LP I INSURER C : P.O. BOX 15448 I INSURER D : INSURER E : Fort Worth TX 76119-0448 I INSURERF: COVERAGES CERTIFICATE NUMBER: 24/25 GENL 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 MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUDL S'tlUR LTR TYPE OF INSURANCE iNSD WV') POLICY NUMBER POLICY EFF POLICYEXP LIMITS SMM/DDIYYYYI. {MMIDDIYYYYI _ X COMMERCIAL GENERAL LIABILITY EACH���r I $ 1.000,000 CLAIMS -MADE � OCCUR DAC E I� "�' PREMISES fEa occurrence] 100,000 $ X CONTRACTUAL, XCU MED EXP (Any one person) $ 5,000 A X INDEP CONT. BFPD CLP 3 746 901 08/01/2024 08/01/2025 I PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: � POLICY [g PRI ❑ LOC PRODUCTS - COMP/OPAGG $ 2,000,000 � JAI OTHER: 1,000 DED PER PD OCC $ AUTOMOBILE LIABILITY COMBINED I 'Eaacciden SINGLE LIMIT $ 1,000,000 X ANYAUTO BODILY INJURY (Per person) $ B OWNED SCHEDULED CAP 3 746 902 08/01/2024 08/01/2025 I BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS i HIRED NON -OWNED PROPERTY DAMAGE I $ AUTOS ONLY AUTOS ONLY ;Per accidents $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LIAB H CLAIMS -MADE CUP 3 746 899 08/01/2024 08/01/2025 I AGGREGATE $ 5,000.000 DED I XI RETENTION $ 101000 $ WORKERS COMPENSATION PER H XI STATUTE I ER AND EMPLOYERS' LIABILITY Y/N ACCIDENT 1,000,000 B ANY PRO PRI ETORIPARTN ER/EXECUTIVE T NIA WC 3 746 900 08/01/2024 08/01/2025 E.L. EACH $ OFFICERIMEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE 1,000,000 $ Ifyes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT 1,000,000 $ Brock Huggins Pres, office only B DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) CPN: 105666, Project Name: Walsh Ranch - Quail Valley — Planning Area 6A— Longspur Drive (Paving, Utilities, Streetlights) 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. WC, GL & auto include a blanket automatic waiver of subrogation endt & the GL, auto include a blanket automatic additional insured endt providing additional insured & waiver of subrogation status to the cert holder only when there is a written contract between the named insured & the oert holder that requires such status. The additional insured endts contains special primary & noncontributory wording. Umbrella follows form additional insured & waiver of subrogation. The policies include an endt providing 30 day notice of cancellation (10 days for non -pay of premium) to the cert holder. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Quail Valley Devco VIA, LLC ACCORDANCE WITH THE POLICY PROVISIONS. 400 S Record Street AUTHORIZED REPRESENTATIVE Dallas TX 75202 I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD n A Bond No. 0269027 006213-1 PERFORMANCE BOND Page I of 3 1 SECTION 00 6213 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, _Conatser Constru ion TX, L.P. known as "Principal" herein and 8 Berkley Insurance Company a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, Quail Valley Devco VIA, LLC, 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of, Q� 7ILJNDI�D FIFTY a'jt�0 T_._I�QILS�IVD SIX 13 HUNDRED ($152,660.00), 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 CFA24-0159; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 20th day of June , 2025, 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 )VLAI h Ranch — Quail Valle' — Plannin r 25 Area 6A — Loncsnur Drive. - Street Lighting Improvements 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. 32 CITY OF FORT WORTH Walsh Ranch — Quail valley —Planning Area 6A— Longepur Drive STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 3 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 20th day of g June _ , 2Q25 . 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 ATTEST: 4cipa14)Secr*7 Witness as Principa PRINCIPAL: Conatser Construction TX, L.I'.___ BY:00 , Signature Brock Huegins, President Name and Title Address: 5327 Wichita Street Fort Worth. TX, 76119 SURETY• Berkley Insurance Company BY Signature Robbi Morales. Attorneev-in-fact �a. Name and Title Address: 5005 LBI Freeway Suite 1400 Dallas TX 75244 1;tness as to Surety Telephone Number: _ 214/989-0000 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised Tanuary 31, 2012 00 62 13 - 3 PERFORMANCE BOND Page 3 of3 1 *Note: If signed by an officer of the Surety Company, there must be on file a certified 2 extract from the by-laws showing that this person has authority to sign such 3 obligation. If Surety's physical address is different from its mailing address, 4 both must be provided. 5 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 CITY OF FORT WORTH Walsh Ranch — Quail Valley —Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 Bond No. 0269027 006214-1 PAYMENT BOND Page 1 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, Conatser Construction TX< L.P,—, known as "Principal" herein, and 8 BerkleXInsurance Company a corporate surety (or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firnnly bound unto the Developer, Quail 11 Valley Devco VIA, 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 HUNDRED -FIFTY 13 TWO 1HOUSAND_51x HUNDREJ7 $1XMD LLB ($152,660.00), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well 15 and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA24-0159; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 20th day of June 2025 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Walsh Ranch — Ouail Ville,, — Planning 2$ Area 6A - LongsDur Drive. - Street Lighting Improvements 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. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Dnve STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 00 62 14 - 2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 20th day of 6 June ,2025 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 ATTEST- (Principal)� _� Secre AtAfyh- C/-�4 Wi ss as WPrincipait - - ATTEST: (Surety) Secretary Atess ZtoWS, u r c t PRINCIPAL: Conatser Construction TX. L.P. BY 'ely 4Signatuffl " _ Brock ins -.President Name and Title Address: 5327 Wichita Strec t 1;'ort iWQrt , TX 76119 SURETY; Berkley Insurance Company BY.�',� Signature Robbi Morays. At gTiey,:�1z l Name and Title Address: 5005 LBT Freeway, Suite 1400 Dallas, TX 75244 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 — Planning Area 6A— Longspur Drive STANDARD CITY CONDITIONS — DEVELOPERAWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 Bond No. 0269027 006219-1 MAINTENANCE BOND Page 1 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 TARR.ANT § 7 That we an .r Construction TX, 4.1` _ •known as "Principal" herein and 8 Berkley Insurance Company a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, Quail Valley Devco VIA, LLC, 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the sum of QNE HUaIf2REj? TY O THOUSAND, -SIX 13 LI1LI DSED SLXTY DOLLAR$ ($152,660.00), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto 15 the 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 CFA24-0159 and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the20th day of - June , 2025 , 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 — Ouail Valle= 26 Planning Area 6A — LonesMur Drive; and Street Lighting Improvements 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 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A— Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 0062 19 - 2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any. time within the 3 Maintenance Period. 4 NOW THEREFORE, the condition of this obligation is such that if Principal shall 5 remedy any defective Work, for which timely notice was provided by Developer or City, to a 6 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 7 remain in full force and effect. 8 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 9 noticed defective Work, it is agreed that the Developer or City may cause any and all such 10 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 11 by the Principal and the Surety under this Maintenance Bond; and 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 CITY OF FORT WORTH Walsh Ranch— Quail Valley —Planning Area 6A— Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 00 62 19 - 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 20th _ day of 3 June , 2o25 . 4 PRINCIPAL: 5 Conatser rnnstructjon TX, -P_ 6 7 BY: 8 Signatuu 9 ATTES 10 _ Brock Huggins, President 11 (Principal) Secret -' Name and Title 12 13 Address: 5327 Wichita Street 14 Fort Worth. TX 76119 _ 15 16 WitPess as to rincipal 17 SURETY: Berkley- Insurance Company 18 19 20 BY: 21 Signature 22 23 ATTEST: —Robbi Morales�Attorney_in-fact 24 (Surety) Secretary Name and Title 25 26 Address: 5005 LW, Freeway, Suite 1400 27 Dallas, TX 75244 28 29 fitness to Surety Telephone Number: 214/989-0000 30 31 32 *Note: If signed by an officer of the Surety Company, there must be on file a certified 33 extract from the by-laws showing that this person has authority to sign such 34 obligation. If Surety's physical address is different from its mailing address, 35 both must be provided. 36 The date of the bond shall not be prior to the date the Contract is awarded. 37 END OF SECTION 38 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised January 31, 2012 No. BI-72801 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE .b KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly Cd organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted °.' and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter; x Robbi Morales, Kelly A. Westbrook; Tina McEwan; Joshua Saunders, Tonie Petranek; or Mikaela Peppers of Aon Risk Services Southwest, Inc. of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. a This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following °> resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: .. o a>i RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief 0 o Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the c corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such oattorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further > RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and = further N) RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or y other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as >' though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. a IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its 0 o corporate seal hereunto affixed this 2"d day of May 2024 Attest: Berkley Insurance Company Cd (Seal) Byt `'C 1;,- "3� a10 r By Philip S�reit Executive Vice President & Secretary Senior Vice President o STATE OFCONNECTICL:T) o ) ss: C:OLOF F.URFIELD ) o Sworn to before me, a Notary Public in the State of Connecticut, this 2°d day of Mav 2024 , by Philip S_ Welt and N o Jeffrey M. Hafter who are sworn to me to be The Executive Vice President and Secretary, and the Senior Vice President, o respectively, of Berkley Insurance Company - A, MARIAC. RLINDEAKEN ZS tiUTAFrt' p11131JG Notary Public., State of Connecticut OONNECTIGLJT WCOMMiSMON E)PIRES Qi-WG 2= CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a Z true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded Z and that the authority of the Attomey-in-Fact set fortis therein, who executed the bond or undertaking to which this Power of a Attorney is attached, is in full force and effect as of this. date- 3 Y Given under my hand and seal of the Company, this day of , (Seal) .. _ . Vincent P. Forte IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY GROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue. Suite 31ON Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httr;://www.tdi.state.tx.us E-mail: ConsumerProtectionctdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Berkley Surety Group, LLC first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105666 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 1201 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 14.02 Computation of Times............................................................. 14.03 Cumulative Remedies.............................................................. 14.04 Survival of Obligations............................................................ 14.05 Headings ... 34 ... 34 ... 35 ... 35 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the followingways: 1. A Field Order; CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 and non -owned. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: NONE 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: NONE b. Each Occurrence:: NONE 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made byparticipating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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. V 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 I Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and OtherAreas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2 At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve 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 endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes ofactions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing Cityf Inds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipatedproject. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2 consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised: January 10, 2013 0073 10-35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105666 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105666 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 IRM9 11:01WWI17Z%140IDleh89 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It maybe necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit aP.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August 30, 2013 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 0131 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 49 3) Date of the interruption of service CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised August, 30, 2013 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 4) Period the interruption will take place 2 5) Name of the contractor's foreman and phone number 3 6) Name of the City's inspector and phone number 4 c. A sample of the temporary water service interruption notification is attached as 5 Exhibit B. 6 d. Deliver a copy of the temporary interruption notification to the City inspector 7 for review prior to being distributed. 8 e. No interruption of water service can occur until the flyer has been delivered to 9 all affected residents and businesses. 10 f. Electronic versions of the sample flyers can be obtained from the Project 11 Construction Inspector. 12 H. Coordination with United States Army Corps of Engineers (USACE) 13 1. At locations in the Project where construction activities occur in areas where 14 USACE permits are required, meet all requirements set forth in each designated 15 permit. 16 I. Coordination within Railroad Permit Areas 17 1. At locations in the project where construction activities occur in areas where 18 railroad permits are required, meet all requirements set forth in each designated 19 railroad permit. This includes, but is not limited to, provisions for: 20 a. Flagmen 21 b. Inspectors 22 c. Safety training 23 d. Additional insurance 24 e. Insurance certificates 25 f. Other employees required to protect the right-of-way and property of the 26 Railroad Company from damage arising out of and/or from the construction of 27 the project. Proper utility clearance procedures shall be used in accordance 28 with the permit guidelines. 29 2. Obtain any supplemental information needed to comply with the railroad's 30 requirements. 31 J. Dust Control 32 1. Use acceptable measures to control dust at the Site. 33 a. If water is used to control dust, capture and properly dispose of waste water. 34 b. If wet saw cutting is performed, capture and properly dispose of slurry. 35 K. Employee Parking 36 1. Provide parking for employees at locations approved by the City. 37 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 38 Construction Specification [if required for the project] 39 1. Comply with equipment, operational, reporting and enforcement requirements set 40 forth in NCTCOG's Clean Construction Specification. } CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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, CONTRACTOR 3 - -- 4 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 IRM9 1101WROIIIZ%140IDleh89ZIZy011117M 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 63XOJI M 13011iLLTIII] PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Pagel of 4 ISTM 31t1rw:VIleler:WaDO411OUT I00Iarw.17400.I PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 7 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B.Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 9 C.Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A.Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this Item are 19 subsidiary to the various Items bid and no other compensation will be allowed. 20 2. Construction Survey 21 a. Measurement 22 1) This Item is considered subsidiary to the various Items bid. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this Item are 25 subsidiary to the various Items bid and no other compensation will be allowed. 26 3. As -Built Survey 27 a. Measurement 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and the materials furnished in accordance with this Item are 31 subsidiary to the various Items bid and no other compensation will be allowed. 32 33 34 35 36 37 38 1.3 REFERENCES 39 A.Definitions CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakina — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B.Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 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 0133 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one 2 (1) week prior to scheduling the project final inspection for City review and comment. 3 Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to 4 the City prior to scheduling the construction final inspection. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A.Construction Staking 8 1. Construction staking will be performed by the Contractor. 9 2. Coordination 10 a. Contact City and Developer's Project Representative at least one week in advance 11 notifying the City of when Construction Staking is scheduled. 12 b. It is the Contractor's responsibility to coordinate staking such that construction 13 activities are not delayed or negatively impacted. 14 3. General 15 a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or 16 Developer's Project Representative are required to re -stake for any reason, the 17 Contractor will be responsible for costs to perform staking. If in the opinion of the 18 City, a sufficient number of stakes or markings have been lost, destroyed disturbed or 19 omitted that the contracted Work cannot take place then the Contractor will be required 20 to stake or re -stake the deficient areas. 21 B.Construction Survey 22 1. Construction Survey will be performed by the Contractor. 23 2. Coordination 24 a. Contractor to verify that horizontal and vertical control data established in the design 25 survey and required for construction survey is available and in place. 26 3. General 27 a. Construction survey will be performed in order to construct the work shown on the 28 Construction Drawings and specified in the Contract Documents. 29 b. For construction methods other than open cut, the Contractor shall perform 30 construction survey and verify control data including, but not limited to, the following: 31 1) Verification that established benchmarks and control are accurate. 32 2) Use of Benchmarks to furnish and maintain all reference lines and grades for 33 tunneling. 34 3) Use of line and grades to establish the location of the pipe. 35 4) Submit to the City copies of field notes used to establish all lines and grades, if 36 requested, and allow the City to check guidance system setup prior to beginning each 37 tunneling drive. 38 5) Provide access for the City, if requested, to verify the guidance system and the line 39 and grade of the carrier pipe. 40 6) The Contractor remains fully responsible for the accuracy of the work and 41 correction of it, as required. 42 7) Monitor line and grade continuously during construction. 43 8) Record deviation with respect to design line and grade once at each pipe joint and 44 submit daily records to the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 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 3. General 17 a. The Contractor shall provide as -built survey including the elevation and location (and 18 provide written documentation to the City) of construction features during the 19 progress of the construction including the following: 20 1) Water Lines 21 a) Top of pipe elevations and coordinates for waterlines at the following locations: 22 (1) Minimum every 25O linear feet, including 23 (2) Horizontal and vertical points of inflection, curvature, etc. 24 (3) Fire line tee 25 (4) Plugs, stub -outs, dead-end lines 26 (5) Casing pipe (each end) and all buried fittings 27 2) Sanitary Sewer 28 a) Top of pipe elevations and coordinates for force mains and siphon sanitary 29 sewer lines (non -gravity facilities) at the following locations: 30 (1) Minimum every 250 linear feet and any buried fittings 31 (2) Horizontal and vertical points of inflection, curvature, etc. 32 3) Stormwater — Not Applicable 33 b. The Contractor shall provide as -built survey including the elevation and location (and 34 provide written documentation to the City) of construction features after the 35 construction is completed including the following: 36 1) Manholes 37 a) Rim and flowline elevations and coordinates for each manhole 38 2) Water Lines 39 a) Cathodic protection test stations 40 b) Sampling stations 41 c) Meter boxes/vaults (All sizes) 42 d) Fire hydrants 43 e) Valves (gate, butterfly, etc.) 44 f) Air Release valves (Manhole rim and vent pipe) 45 g) Blow off valves (Manhole rim and valve lid) 46 h) Pressure plane valves 47 i)Underground Vaults 48 (1) Rim and flowline elevations and coordinates for each 49 Underground Vault. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 01 71 23 - 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 f 7\ :71 *i 9 :Z11111Iow Ky 12 A.A construction survey will produce, but will not be limited to: 13 1. Recovery of relevant control points, points of curvature and points of intersection. 14 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently 15 permanent and located in a manner to be used throughout construction. 16 3. The location of planned facilities, easements and improvements. 17 a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, 18 utilities, streets, highways, tunnels, and other construction. 19 b. A record of revisions or corrections noted in an orderly manner for reference. 20 c. A drawing, when required by the client, indicating the horizontal and vertical location 21 of facilities, easements and improvements, as built. 22 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 23 construction staking projects. These cut sheets shall be on the standard city template which 24 can be obtained from the Survey Superintendent (817-392-7925). 25 5. Digital survey files in the following formats shall be acceptable: 26 a. AutoCAD (.dwg) 27 b. ESRI Shapefile (.shp) 28 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard 29 templates, if available) 30 6. Survey files shall include vertical and horizontal data tied to original project control and 31 benchmarks, and shall include feature descriptions 32 PART 3 - EXECUTION 33 3.1 INSTALLERS 34 A.Tolerances: 35 1. The staked location of any improvement or facility should be as accurate as practical and 36 necessary. The degree of precision required is dependent on many factors all of which must 37 remain judgmental. The tolerances listed hereafter are based on generalities and, under 38 certain circumstances, shall yield to specific requirements. The surveyor shall assess any 39 situation by review of the overall plans and through consultation with responsible parties as 40 to the need for specific tolerances. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 01 71 23 - 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 .0.1 ft tolerance. 5 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways 6 shall be located within the confines of the site boundaries and, occasionally, along a 7 boundary or any other restrictive line. Away from any restrictive line, these facilities 8 should be staked with an accuracy producing no more than 0.05ft. tolerance from their 9 specified locations. 10 d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric 11 lines, shall be located horizontally within their prescribed areas or easements. Within 12 assigned areas, these utilities should be staked with an accuracy producing no more than 13 0.1 ft tolerance from a specified location. 14 e. The accuracy required for the vertical location of utilities varies widely. Many 15 underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be 16 maintained. Underground and overhead utilities on planned profile, but not depending 17 on gravity flow for performance, should not exceed 0.1 ft. tolerance. 18 B.Surveying instruments shall be kept in close adjustment according to manufacturer's 19 specifications or in compliance to standards. The City reserves the right to request a calibration 20 report at any time and recommends regular maintenance schedule be performed by a certified 21 technician every 6 months. 22 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the 23 closures and tolerances expressed in Part 3.1.A. 24 2. Vertical locations shall be established from a pre -established benchmark and checked by 25 closing to a different bench mark on the same datum. 26 3. Construction survey field work shall correspond to the client's plans. Irregularities or 27 conflicts found shall be reported promptly to the City. 28 4. Revisions, corrections and other pertinent data shall be logged for future reference. 29 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 APPLICATION 33 3.5 REPAIR / RESTORATION 34 A.If the Contractor's work damages or destroys one or more of the control monuments/points set by 35 the City or Developer's Project Representative, the monuments shall be adequately referenced for 36 expedient restoration. 37 1. Notify City or Developer's Project Representative if any control data needs to be restored or 38 replaced due to damage caused during construction operations. 39 a. Contractor shall perform replacements and/or restorations. 40 b. The City or Developer's Project Representative may require at anytime a survey 41 "Field Check" of any monument or benchmarks that are set be verified by the City 42 surveyors or Developer's Project Representative before further associated work can 43 move forward. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 01 71 23 - 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 3' 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 10401XII OM *4011 MCI 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised February 14, 2018 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 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 — Planning Area 6A — Longspur Drive STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105666 Revised April 7, 2014 _ R qNGE EST: 1972 GEOTECHNICAL ENGINEERING REPORT WALSH RANCH PA6 NORTHWEST OF WALSH RANCH PARKWAY AND 1-20 FORT WORTH, TEXAS Prepared For: Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Attn: Mr. Seth Carpenter January 2024 PROJECT NO. 23-28077 www.roneengineers.com R NFNG F N 9GI F R January 8, 2024 Mr. Seth Carpenter Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Re: Geotechnical Engineering Report Walsh Ranch PA6 Northwest of The Walsh Ranch Parkway and 1-20 Fort Worth, Texas Rone Report No. 23-28077 Dear Mr. Carpenter: GEOTECHNICAL ENGINEERING EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, LLC. (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-35278-23, April 24, 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 Dalton D. Hubbard, �1 ' Geotechnical Engineer . ... ►vTON D.HUBBARD 131 ............. t: 473 !/CEN5��G�t*�:• Texas Engineering Firm License No. F-1572 r f DALLAS I FORT WORTH I AUSTIN I SAN ANTONIO I HOUSTON I KANSAS CITY 3201 NE LOOP 820, SUITE 180 1 FORT WORTH, TEXAS 76137 1 TEL: 817.717.1040 Pagt:. 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.............................................................................................. 3 4.2 Groundwater.................................................................................................................... 8 4.3 Soluble Sulfates............................................................................................................... 9 5 ANALYSIS OF SUBGRADE SOILS....................................................................................... 9 5.1 Geotechnical Analysis...................................................................................................... 9 5.2 Volume Change Potential of Subsurface........................................................................ 11 5.3 Seismic Site Class......................................................................................................... 12 6 FOUNDATION SYSTEM RECOMMENDATIONS................................................................. 12 6.1 Ground Modification and Subgrade Treatment............................................................... 13 6.2 Excavation Safety Considerations.................................................................................. 14 6.3 Foundation Structures.................................................................................................... 14 7 SITE PREPARATION FOR CONSTRUCTION..................................................................... 15 7.1 General.......................................................................................................................... 15 7.2 Excavations.................................................................................................................... 15 8 CONSTRUCTION OF SUBGRADE FILLS........................................................................... 16 8.1 Subgrade Preparation.................................................................................................... 16 8.2 Construction of Subgrade Fills....................................................................................... 17 8.2.1 Project Fills...............................................................................................................17 8.2.2 Fill Material Requirements........................................................................................17 8.3 Fill Construction Specifications....................................................................................... 18 8.3.1 Recompaction of Existing Subgrade and Grade Raise Fil.........................................19 8.3.2 Utility Trench Backfill................................................................................................20 8.3.3 General Fills for Site Grading and Drainage.............................................................21 8.3.4 Compaction Specification Summary.........................................................................21 8.4 Quality Control and Field Verification Testing................................................................. 21 8.5 Construction Oversight................................................................................................... 22 9 BUILDING FOUNDATION STRUCTURES........................................................................... 23 9.1 Slab Foundation Design................................................................................................. 23 RETAINING WALLS AND BELOW GRADE WALLS.............................................................. 24 9.2 Lateral Earth Pressures.................................................................................................. 24 9.3 Wall Drainage................................................................................................................ 26 10 PAVEMENTS...................................................................................................................... 26 10.1 Rigid Pavement Design................................................................................................ 27 10.2 Pavement Base Course............................................................................................... 28 10.3 Pavement Construction and Maintenance Recommendations ...................................... 29 11 SITE COMPLETION AND MAINTENANCE........................................................................ 29 11.1 Site Grading and Drainage........................................................................................... 29 11.2 Landscaping and Irrigation........................................................................................... 29 12 STUDY CLOSURE............................................................................................................. 30 13 COPYRIGHT 2024 RONE ENGINEERING SERVICES, LLC............................................. 31 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 LOGS OF BORING.........................................................................................................................................A.4-A.188 KEY TO CLASSIFICATIONS AND SYMBOLS...................................................................................................... A.189 UNIFIED SOIL CLASSIFICATION SYSTEM........................................................................................................ A.190 SOLUBLE SULFATE TEST RESULTS.................................................................................................................. A.191 SWELL TEST RESULTS...................................................................................................................... A.192a — A.192c RESULTS OF SIEVE ANALYSIS............................................................................................................ A.193a - A.193f SWELL PRESSURE TEST RESULTS.................................................................................................. A.194a - A.194c APPENDIX B F FIELDOPERATIONS.............................................................................................................................................. B.1 LABORATORY TESTING.......................................................................................................................................... B.2 LIME STABILIZATION OF COMPACTED CLAYEY SOILS....................................................................................... B.3 APPENDIX C Paqe IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT ...................................... CA �J GEOTECHNICAL ENGINEERING REPORT 1 PROJECT INFORMATION The planned project is located on approximately 191 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 Location The site is located northwest of the intersection of Walsh Ranch Parkway and Interstate 20 (1-20) 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 across a roughly 191-acre site. The precise lot count was still under revision at the time this study was completed. Existing Site The site is comprised of vacant land covered predominately with native grasses. A few Conditions dirt roads are located on the property. An existing recreational lake is located adjacent northwest of the property. Based upon data from dfwmaps.com, the site generally slopes downward to the north- northeast towards the Patterson Branch of Mary's Creek with surface elevations Topography ranging from approximately 995 feet along the southwestern boundary to about 872 feet at the northeast corner of the site. 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 6.2 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 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-five (185) borings were completed between August and October 2023 within the Walsh Ranch PA6 area. The final spacing of these borings was completed on an approximate 200-foot grid in accordance with Home Buyer Warranty guidelines. 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.188. 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. �J 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, gravel, and limestone fragments. Stratum I begins at the surface and extends to the top of Stratum II bedrock or to the maximum boring termination depths. • Stratum II: is predominately comprised of tan and gray limestone and/or gray shaley clay. Some of the upper portions of the tan limestone are weathered. The limestone is present within 2 feet of �J the surface in approximately 12 percent of the borings, and within 4 feet within about 24 percent of the borings. The limestone is below Stratum I in the remaining borings at depths ranging from greater than 4 feet to beyond the boring termination depths. The typical subsurface profile for the Walsh Ranch PA6 area has been segmented into three general areas (east, west and southwest) and these segments are presented in Figures la, through 1c respectively on the following pages. For display purposes the borings have been equally spaced and only the odd numbered borings within their respective segments were used. The approximate cross section locations are shown in Plate A.3 in Appendix A. 940.................................................. 930................................................. B_25............ "33,` 920 ............................... $-t1...... .; ............ a) B-15 %15, /0 B-23 p910.................................... �.... .�......,.63� ca m w900................................... ... s............,.... B-7 B-9 890 ................ ....... $ ........................ B21..... . 880 ..............55..... . '17' B-3 B-1 = %16; 870... j—._.................................. 860.._.1......=.......................................... 850 R NE EN G EERI h!G EST: 1872 B-35 ;74....................... 43o B-43 / ...... '/ ............. 25i ............ B-53 B-41 B-33 213-P B-65 ,19� South Do - ....................................................................................................... 970 B-99 B-117 B-139 B1 ........................ //...................................... 960 ,22 .......,14/ B-85 � % B-165 B-77 0B-97 �- 11 28 2 29 -14B-162-16' ,2fi i22 % B$7 ,31, r ,24 / 1. ...... / // 2. ...... .......�4gt. %. % ...... 940 / /. //�/�....../ 28 �g.75....../............L......./......./.%...�.......1cs-163 930 X ��� a23, � 29, .......................................................................................... j . 920 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE Figure 1a Walsh Ranch Phase PA6 NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas 900 890 880 870 860 850 Water Observations While Drilling At Completion ® Lean Clay ® Limestone Weathered Limestone ®Clayey M.Clayey Sand ®Fat Clay Gravel --4 North 980............................................................................... 9101 960 ..................... 950 ..................... 940 N a� 930 c O ....................................................... r40. B-49 ............................. ............. �27/,j B-39 / / B-29 / = B-47 M920 ............................. Q� ........ 045. ............... - o ............ . m B-37 W , 910 ........ B-1Y12 9.- ............. e . _ ........ B-45.... ............. F �.. �2V 900................ .................... .=............. 890 f13 ._ .—.. 7�..................... !14z 880 ................. ...................... 870..Z.......................................... 860 R NE EN G EERI h!G EST: 1872 South ► 00111 B-111 ........................................................................................................._w................................ 980 13 B-83 ,6 1 B-95 B-91 ..............B-73 ............................. �,/ ........ P16 ........ ...................... .............. B-135........ 970 032 f� B-89 � r B-93 B-115 04% 6�3 � r................................ �..._ .. L ' 960 i B-109 / / B-71 % / j j B-137 B-159 ............................... .........�......... /..//1../ 950 ..............j............%..........��.........�.. B-69 0 940 F26 .................................................................................................... 930 B�57 � B G7 _ .."1R................................................................................................... 920 B-185 ............................................................................................................................. 910 ............................................................................................................................... 900 ........................................................................................................................................... 890 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE Figure lb Walsh Ranch Phase PA6 NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas ® Lean Clay ® Weathered Limestone Clayey Sand ® Clayey Gravel ................. 880 ................. 870 860 Water Observations While Drilling z At Completion t ELimestone ® Fat Clay --4 West 1,000.............................................................................. B-145 995 ...................................................... 5A7 B-103 B-125 �13!,, B B-147 ;15 B-127 985 .. b ............ ............�.......? ................. �8 a1 B-149 980...........B ........... ............ j/.... ....... ..... %... .... -101 / w0 . 975 ......... ............ 45� ai 00, ... .......... _.... c _ / C0965 .... .............................. ................ .......... w 960 ............................................................................. 955 ..................... 950.................................................. 945.................................................. 940.................................................. 935 R NE E N G E E R I N G EST: 1872 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE Figure 1c Walsh Ranch Phase PA6 NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas East Do- 1,000 995 990 985 B-133 .................................................................. 980 j B-155 i9 l B-175 j B7 B-181 B-177 ... ............./ ... ... 71........... 965 4 / _.... �4. B-179 % B-183 960 .........../............. ..../ ... / ... / ..../ . j 955 ........... LLB ............. / . / / / ... / 950 ...Xz i ............................. ............. /..... ..... / . 945 033 ............................. '00(................................ �Z. . 940 935 ® Fat Clay Weathered Limestone E Clayey Sand ® Clayey Gravel Water Observations While Drilling At Completion Ed Limestone MLean Clay Hand penetrometer readings ranged from 1.75 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 50 blows for % inch in weathered limestone. The Texas Cone Penetrometer blow counts in weathered and unweathered limestone ranged from approximately 100 blows for 7 inches to 100 blows for less than 1/2 inch. Unconfined Compressive Strength (UCS) tests on select clay soil samples revealed results ranging from 1,400 psf to 26,400 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 Design Range Estimated Specific Gravity, Gs 2.64 - 2.66 2.67 Percent Fines (%) 2 — 99 30 — 95 Silt Content (%) 36 — 65 42 — 57 Clay Content 12 — 32 12 — 32 Liquid Limit 26 — 84 37 — 58 Plasticity Index 6 — 63 10 — 48 UCS (psf) 1,400 - 26,400 3,500 — 26,400 Dry Density (pcf) 79 — 121 104 — 132 Swell Pressure (psf) 900 — 2,700 900 — 4,500 Swell Potential (%) 0 — 10 0-5 Moisture Content (%) 3 - 47 12 - 22 Moisture Increase Potential (%) 1 - 14 0.4 — 3.5 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. Groundwater was not observed within 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 2,160 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. 5 ANALYSIS OF SUBGRADE SOILS 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 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 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. We strongly encourage a pre -construction meeting to discuss management of soil and rock to allow for cut limestone and/or shale to be processed effectively and used as structural fill across the site. 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 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 22 20 18 0 16 12 1 ■ 0-2' ■ 2-4' 4-6' ■ 6-8' 8-10' ■ 13-15' ■ 18-20' 5.2 Volume Change Potential of Subsurface 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.192 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 Depth Load Plasticity Total ' Moisture (% Swell Final Swell Boring (feet) (psf) Index Fines Initial Final Increase Pressure Void ° (�O) (°�°) (psf) Ratio B-99 6 875 45 90 18.0 25.1 7.1 2,600 0.61 3.9 B-100 6 875 26 60 19.3 20.6 1.3 970 0.54 0.0 B-158 6 875 21 76 17.4 22.6 5.2 2,000 0.57 0.7 The swell test results generally indicate low to moderate swell pressures. For design, we estimate a swell potential of up to 10 percent, and swell pressures of up to 4,500 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 7 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 4,500 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. 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 60 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 �r GRADE BEAMS _5FTOR TOP OF LIMESTONE EXISTING GRADE -,_ I SLAB FAT Orr RECOMPACTE 9 CLAY SUBGRADE FILL LIMESTONE 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 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 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. �J 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 11 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% �J 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; however, as previously mention, a pre -construction meeting with the earthwork contractor is recommended to review rock processing procedures and acceptable soil and rock mixing. 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 intervals below 5 feet from final pad elevations. Rone should be contacted for further instruction and guidance if this option is needed. 8.3 Fill Construction Specifications All fills 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. RECT"" 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. Use a footed compactor equivalent to a CAT 815, as approved by the Geotechnical Engineer of Record. The fill should be fully compacted in 10-inch maximum loose lifts to an air percentage not exceeding that of the optimum moisture contents generated in construction. For this compactor and soil range, the air percentage should not exceed 6.1 percent after full compaction. Void ratios should not exceed 0.60. The optimum moisture contents and maximum densities in construction are determined from the field compaction curves generated by the compactor at full compaction covering the range of soils used. Full compaction is defined by a minimum of 11 passes conducted uniformly across all construction lifts. This family -of -curves range generated by the specified design compaction 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 1 b. 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 RECT'" Compaction Design Reports covering the soil ranges at the site are included the CHARTS section of the appendix. The earthworks field technician will monitor the controls and test the compacted lifts to verify full compaction, wet -optimum construction controls. The compactors full compaction performance range is not a "data target" in construction and it cannot be used as such. The controls will be implemented as follows: Place loose lifts to specified maximum thickness. Compact fully and uniformly with the minimum number of required passes. After full compaction, field personnel will verify compactor footprints and test lifts. 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 Fill Material Compactor Minimum Foot Length (inches) Maximum Lift Thickness (inches) Minimum Number of Passes Maximum Air Voids (%) Minimum Dry Density (pcf) Minimum Moisture Content (%) Min. Compacted Strength (psf) Building Pad and Utility Trench General Site Pavement Subgrade Backfill Grading On -Site Clay On -Site Clay On -Site Clay CAT 815 Hand operated NA 6 NA NA 10 6 12 11 NA NA 6.1 6.6 NA 104.0 95.0 NA 12.0 16.5 NA 3,500 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 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 12 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 Condition 4.0-inch PVR Center Lift 6.1 Edge Moisture Variation Distance, ern (feet) Edge Lift 3.5 Center Lift 1.8 Differential Soil Movement, ym (inches) Edge Lift 2.1 The PTI method incorporates numerous design assumptions associated with derivation of the variables needed to estimate the foundation design criteria. The PTI method of estimating differential soil movement is applicable when site moisture conditions are controlled only by the climate on well -graded building pads (i.e. proper site drainage, properly lined landscaped areas, no utility water leaks or other free water sources). As soil moisture increases, the soils may swell. The PTI design method is intended to provide stiffened foundation systems that can perform well under typical natural changes in soil moisture. The differential foundation movements resulting from seasonal soil moisture variations are typically much lower than movements that occur due to free water sources near or beneath the structure, which are not directly addressed by the PTI design method. Note that when final grading plans are available, lots that will not require over -excavation and recompaction may be resting atop, or very near, limestone. As such, the PTI design parameters provided above are likely excessive and can be modified to allow for the lesser PVR condition. 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. RETAINING WALLS AND BELOW GRADE WALLS Design parameters for potential retaining walls are provided in this section below. 9.2 Lateral Earth Pressures The retaining walls will be subjected to lateral earth pressures from earth backfill. Lateral earth pressures are influenced by the structural design, conditions of the wall restraint, methods of construction, backfill compaction, the type of materials being retained, and drainage conditions. Walls that will be restrained from movement and rotation (rigid walls) should be designed using at -rest earth pressures. The equivalent fluid pressures (triangular distribution) provided below may be used for a horizontal backfill in a drained condition. To design for a drained condition, the wall must include an effective drainage system. The equivalent fluid pressures provided below do not include a Factor of Safety and do not provide for hydrostatic or dynamic pressures on the wall. Lateral Earth Pressures For active pressure movement S = Surcharge 4--(0.002 H to 0.004 H) For at -rest pressure IL -No Movement Assumed Horizontal Finished Grade H i Horizontal Finished Grade �ps011p,—1 Retaining Wall Material Free Draining Granular Soil On -Site Clay Soil Table 9: Lateral Earth Pressures Condition At -Rest, k = 0.45 Active, k = 0.30 At -Rest, k = 0.79 Active. K = 0.67 Conditions applicable to the table above include: Equivalent Fluid Pressure, psf Drained Undrained 55 90 38 80 100 112 84 104 • Uniform surcharge • A maximum in -situ total unit weight of 120 pcf • Horizontal backfill compacted per Section 8 • No surcharge loads (construction equipment, pavement, footings, floor slabs, etc.) • Effective drainage (no hydrostatic pressures) • Slow drainage associated with low hydraulic conductivity of backfill not factored The values provided are for a full "wedge" of material behind the wall, where the backfill extends horizontally 1 to 2 feet away from the bottom of the wall and then slopes upward and away from the wall at a slope of 1 H:1 V (horizontal to vertical), or flatter. The location and magnitude of permanent surcharge loads (if present) should be determined, and additional pressures generated by these loads should be factored in design. Surcharge loads can be factored using the appropriate earth -pressure coefficient values provided in the table above. 9.3 Wall Drainage Below grade walls should be expected to collect water due to condensation, surface water infiltration, and other means. Drainage should be provided behind all below grade walls to reduce the development of hydrostatic pressure and limit saturation of the backfill and foundation soils. Collector pipes should be placed at or slightly below the bottom level of the wall to prevent the collection of water in the drainage material beneath the collector pipes. Pipes should connect to a sump or gravity drainage system to prevent the accumulation of water behind the walls. Gravity lines should include a backflow preventer to block water from being transmitted into the drainage layer in the event of flooding near the gravity outfall. The drainage material should consist of free -draining, clean, granular fill. This material should be compatible with ASTM C33, sizes 4 through 9. The drainage layer should extend at least 12 inches from the back face of the wall. A geotextile wrap should be designed as an effective filter to enclose the granular backfill to control the infiltration of fines. The top 2 feet of backfill should be constructed with of clayey soils with a plasticity index of at least 30, and extend at least 5 feet beyond the wall excavation limits to impede surface water infiltration behind the retaining wall. Full perimeter waterproofing, or the placement of a vapor barrier, should be installed, as appropriate, for the below grade walls to minimize risk of moisture migrations through the walls. 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. �J 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 10: Pavement Design Input Parameters Item Value Roadway Designation Residential 25 years 620 psi 2 1.5 900,000 Fat Clay (CH) N/A 50 psi/in 100 psi/in 90 0.39 4,000,000 psi 1.0 4.5 2.0 2.7 Collector / Commercial Connector 25 years 620 psi 2 1.5 3,000,000 Fat Clay (CH) Lime 50 psi/in 260 psi/in 90 0.39 4,000,000 psi 1.0 4.5 2.25 3.0 Design life Concrete Modulus of Rupture, S'c Number of Traffic Lanes in One Direction Annual Traffic Growth Rate (%) Total Equivalent Single Axle Loads (ESALs) Subgrade Soil Classification (USCS) Treatment Type Modulus of Subgrade Reaction, k (CH) Composite k (lime -treated, 8 inches) Reliability, R (%) Standard Deviation, So Concrete Modulus of Elasticity, Ec Drainage Coefficient, Cd Initial Serviceability, po Terminal Serviceability, pt Load Transfer Coefficient 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 11: Minimum Residential Street Pavement Sections and Allowable Traffic Portland Cement Design ESAL for Traffic Use Concrete Flexural/Compressive Strength (psi) (inches) 540/3,600 580/4,000 627/4,500 Residential Streets 6 564,000 706,000 905,000 Walsh Avenue 8 1,400,000 1,900,000 2,200,000 Commercial Connector 9 1,800,000 2,000,000 2,500,000 We recommend a minimum concrete compressive strength of 4,000 psi be used to provide a 620- psi modulus of rupture. Hand -placed concrete should have a maximum slump of 6 inches. A sand leveling course should not be permitted beneath the pavement. All steel reinforcement, dowel spacing/diameter, and pavement joints should conform to applicable City of Fort Worth standards. Saw cutting should be performed in specified locations to control cracking due to shrinkage. Saw cutting should begin as soon as the concrete has obtained enough strength to keep from raveling, but before cracks can be initiated internally. Saw cut depths generally range from '/ to '/3 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 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. 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. �J 13 COPYRIGHT 2024 RONE ENGINEERING SERVICES, LLC. This report provides advanced engineering services, and is in its entirety the sole property of the Client, Rone Engineering Services, LLC., 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, LLC. Each reproduction of any part of this report must include all copyright notices, registered trademark (®) designations, and non -registered trademark (TM) designations. CHARTS 135 23-28077 - Walsh Ranch Phase PA6, Fort Worth, TX Moisture -Density -Air -Void Ratio Chart - CAT 815, 10" Maximum Loose Lift, Full Soil Range - a24 • LEGEND Upper and lower optimum points at full compaction in construction Midpoint optimum at full compaction in construction Line -of -optimums in construction covering the soil range of the upper clay layer Predominant soil range of the upper clay layer Line -of -optimums extension for unexpected soil variation ZAV (SG - 2.68 assumed average, based on 3 tests) %Air Voids (Na) Void Ratio (e) Design construction range - MC: 12 - 22%, Max % Air Voids: 6.1%, Min Dry Density: 104 pcf (designed to encompass SG: 2.66- 2.70) - 0.26 130 - 0.29 - 0.3I Compactor 125 - 0.34 Performance across soil range 0.37 a v 120 0.39 0.42 O i= 115 - 0.45 a 0.49 c d 110 - 0.52 - 0.56 105 - a59 - 0.63 100 - 0.67 0.72 ?5 - 0.76 Avg free swell: 0.9 ±25% UCS: ^3500 Ibs/ftz ±20%6 - OS6 Notes: 1. Compactor performance is predetermined with generally good accuracy. 2. Compactor performance and control design is based on limited soil samples from on -site borings. These limited samples are assumed to be representative of the range of soils used for fill construction. a. Maximum % Air Voids: 6.1% ��a + �����PI Range: e : 10- nails - Maximum ++ti PI Range: 10-48 (predominant 17-40) %Fines Range: 30-95% (predominant 57-91%) \ •• %Silt: 57% (5 hydrometers) +• %Gravel Range: 1 - 22% (predominant 2 - 10%) Predominant Soil Range: +� 4. In -Situ moisture range based on data from 11/2023. Avg free swell: 1.9 - 3.7 ±25% •■ 5. In -Situ gravel is accounted for on this chart. Avg UCS: -4500 - -5600 Ibs/ft2 t20% �`� 6. Non -cohesive soils are not covered in this plot. 7. Free swell does not equate to confined swell in finished construction states. 8. Constructed permeabilities not factored in swell Avg free. swell: 4.4 #2596 ', t potential numbers provided. UCS: -4100 Ibs/ft2 +20%`0 � �`� 9. In -situ moisture content range extends to I r + •� Design Moisture Range I •, r------------------------ - - - - -- ■ I I 1 Full In -Situ Moiure I Predominant In -Situ Moisture I Full In-Sit4 Moisture -- - - - - - - - - - - -- ------------------------------------ ---74---.-----------;------------ Range (upper clay layer) Range (upper clay layer) Range (upper Clay layer) 6 116 21 26 31 Moisture Content (%) BONE E A R T H W O R K S CHART 1a PROJECT NO: 23-28077 COMPACTION PERFOMANCE AND DESIGN CHART FILE NAME: BUILDING AND PAVEMENT SUBGRADE RECONSTRUCTION DRAWN BY: GH DATE: 12-21-2023 REVISED BY: CJ DATE: 12-21-2023 WALSH RANCH PHASE PA6 REVISED BY: DATE: NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas APPROVED BY: DH DATE: 12-21-2023 23-28077 - Walsh Ranch Phase PA6, Fort Worth, TX Moisture -Density -Air -Void Ratio Chart — CAT 815, 10" Maximum Loose Lift, Full Soil Range 128 +ti LEGEND '�� — — — — — — ZAV (SG — 2.68 shown) — 0,34 + ............•••••• %Air Voids (Na) ■ — 0.56 Void Ratio (e) I ' Performance range ---� 123 — 037 Min. Moisture +`� Control Specifications. Content (12.0%) 1. Performance range requires, and is only valid with, full compaction at wet -of -optimum moisture I�% contents in construction for the range of sails on site. — 0.39 ■� 2. Fully compact in 10" maximum loose lifts with minimum of 11 passes. `+ 3. This compaction control is valid for grade raises from on -site cut areas. 4. 5et density meter to 2.68 SG. 118 ` `% 5. Maintain cleaner bar close to the drum. — 0,42 '.` 6. When % air voids exceeds the maximum limit of 6.1% 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. y 0.45 `� 8. Compacted lifts must be maintained in wet state after compaction. 9. Adjustments may be needed where high silt contents are present. Such 113 I Maximum % Air Voids: 6.1% adjustments may include soil mixing and change in controls. 0.49 (with gauge setting 5G=2.68) '. 10. Lift pumping due to high silt fractions and/or poorly graded fine sands shall !Z not be tolerated in any case. 11. Working moisture ranges are typically limited when compacting cohesive soils with high silt fractions with a footed roller. a — 0.52 Moisture ranges must be sufficient for sufficient walk-up of G '+� roller feet during compaction. 108 0.56 0.59 Max. Void Ratio (0.61) �•.• _ _ _ 103 Min. Dry Density (104.0 pcf) — 0.63 + `� ■ Notes: — 067 1. Compaction controls are based on limited soil samples from on -site borings. These ••%ZAV (2.68) 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. Iq� I 7 1:: 17 22 27 Moisture Content t�7 CHART 1b PROJECT NO: 23-28077 COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME: RO N E BUILDING AND PAVEMENT SUBGRADE RECONSTRUCTION DRAWN BY: GH DATE: 12-21-2023 REVISED BY: CJ DATE: 12-21-2023 E A R T H W O R K S WALSH RANCH PHASE PA6 REVISED BY: DATE: NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth. Texas APPROVED BY: DH DATE: 12-21-2023 23-28077 - Walsh Ranch Phase PA6, Fort Worth, TX Moisture -Density -Air -Void Ratio Chart — D-698 Compaction Range for Full Soil Range 127 �• LEGEND t — 0.34 `• Upper and lower optimum points at full compaction in construction % % 0 Midpoint optimum at full compaction in construction ` t Line -of -optimums in construction covering the soil range of the upper clay layer 122 — 0.37 � Predominant soil range of the upper clay layer • '. Line -of -optimums extension for unexpected soil variation — 0.39 •* — — — — — — ZAV (SG — 2.68 assumed average, based on 3 tests) • `• ............•••••• % Air Voids (Na) 117 — 0.42 Corrected/Stabilized �` — 156 Void Ratio (e) •`• Design construction range — MC: 16.5-27.0%, Max %Air Voids: 6.6%, Min Dry — 0.45 Lab D-698 performance 1'•� Density: 95 pcf (designed to encompass SG: 2.66— 2.70) across soil range `• Notes: '•� v 112 — 0.49 1. SC/CL/CH Soil Range: PI Range: 10-48 (predominant 17-40) — 0.52 •••%FinesRange:30-95%(predominant57-91%) •� %Silt: 57% (5 hydrometers) 7 l '.• %Gravel Range: 1— 22% (predominant 2 —10%) 107 0.56 •• 2. In -Situ moisture range based on data from 11/2023. �y `.� 3. In -Situ gravel is accounted for on this chart. a `• 4. Non -cohesive soils are not covered in this plot. �—> R59 Maximum % Air Voids` 6.696 �� •`. 5. In -situ moisture content range extends to 37%. C ■� � a — 0.63 102 0.67 • 97 0.72 `•�` i 0.76 Design Moisture Range i ' ... ■� �M�l In -Situ Moiure i Predominant In -Situ Moisture + Full In -Situ Moisture ►; AV (2•68) Fie--------------FE--------------------------------------7--^------------^---^--^----- —^— Range (upper clay layer) Range (upper clay layer] Range (upper clay layer)- ` `■.� �0.92 87 4 9 14 19 29 34 Moisture Content CHART 2a PROJECT NO: 23-28077 COMPACTION PERFORMANCE AND DESIGN CHART FILE NAME: RO N E UTILITY TRENCH BACKFILL DRAWN BY: GH DATE: 12-21-2023 REVISED BY: CJ DATE: 12-21-2023 E A R T H W O R K S WALSH RANCH PHASE PA6 REVISED BY: DATE: NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas APPROVED BY: DH DATE: 12-21-2023 23-28077 - Walsh Ranch Phase PA6, Fort Worth, TX Moisture -Density -Air -Void Ratio Chart - D-698 Compaction Range for Full Soil Range 118 - 0.42 •- - 0.45 113 -- 0.49 I Min.. Moisture content (3-6.5% ) I — 0.52 d 0.56 ro rr v — 0.59 a 103 _ 0.63 IM w — 0.67 C C] 98 0.72 - 0.76 93 0.81 — 0.86 38 J 9 • LEGEND ` — ZAV (SG — 2.68 shown) ••` ............•••••• %Air Voids (Na) '% — 0.56 Void Ratio (e) Acceptance range I `� Control 5aecifications: 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. `t 3. Set density meter to 2.68 SG. f �•� 4. When % air voids exceeds the maximum limit of 6.6%after lifts are fully compacted, the solution is always wetting and recompaction. ` �•� 5. Moisture changes may only be made before compaction and on scarified lifts. Maximum 95 Air Voids: 6.6% � ` �•� (with gauge setting 5G=2.68) Max. Void Ratio (0.76) •..� •�� Min. Dry Density (95.0 pcf) % Notes: '. 1. Compaction controls are based on limited soil samples from on -site borings. These �`•�ZAV (2.68) 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. 14 19 24 29 34 BONE E A R T H W O R K S Moisture Content (%) CHART 2b PROJECT NO: 23-28077 COMPACTION CONTROL CHART FOR CONSTRUCTION FILE NAME: UTILITY TRENCH BACKFILL DRAWN BY: GH DATE: 12-21-2023 REVISED BY: CJ DATE: 12-21-2023 WALSH RANCH PHASE PA6 REVISED BY: DATE: NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas APPROVED BY: DH DATE: 12-21-2023 i RONE E A R T H W ° � � � RECTM Compaction Design Report Project Number: 23-28077 Fill: Foundation Report Number: 28077-01 Project Name: Walsh Ranch Phase PA6 Remarks: Subgrade Reconstruction Report Date: 12/21/2023 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 9S% Compaction on Construction Curve t Min % of Max Dry Density 95% Dry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 8.1 12.8 ±1% MC Compacted Fill Property Requirements y (Ibs/ft3) 120.1 120.1 f2.0% Air Voids Percentage 6.1% S (%) 56.4 89.3 f3% Factor of Safety 2.0 a 0.38 0.38 +3% Na (%) 12.0 3.0 f3% Design Compaction Conditions w Potential (%) +6.3 +1.5 f3% Loose Lift Thickness (in) 10 UCS (Ibs/ft2) ASTM D 2166 5,295 3,858 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 1,535 1,185 ±10% USCS Classification SC Ranges ON ASTM D 2850 30 27 ±10% Specific Gravity 2.66 2.66 - 2.70 Free Swell (%) ASTM D 4546 2.6 0.9 ±25% Liquid Limit (%) 28 26 - 30 CBR* (%) Soaked 1.1 5.4 ±10% Plasticity Index (%) 10 9 - 11 CBR* (%) Unsoaked 51.9 9.0 ±10% Plastic Limit (%) 18 Res Mod (Ibs/in2) Soaked 1,694 7,523 ±10% % Fines (Passing *200) 30 27 - 32 Res Mod (Ibs/in2) Unsoaked 31,977 10,403 ±10% % Gravel (Retained #4) 5 2 - 19 % Sand (Passing #4) 65 49 - 71 -�, Construction Control Specifications '. '`4 Co=tC se Minimum % of Maximum Dry Density - - - 135 - - -- Zit Construction Curve 95% Wet -of -Optimum Moisture Ranqe for 95% 130 - ' 9.8% - 12.8% (f 1% MC) Lift Construction Curve Minimum # of Roller Passes 9 (Equiv. 5 roundtrip passes, full lilt coverage required) 126.4 Ibs,Ml '. �• Compaction curves should be obtained 125 regularly with changes in material index properties and upon change in color or texture for effective construction control. 45� compaction- M-D probe depths should be centered on •, 1z0 - -- - • -_---. - . -- - --;- -- • -- - -- • -- 120.1Ibs/ft3 the center of the compacted lift. � �.� t c and 0 - Unsaturated triaxial test, total stress soil parameter. - - UCS - Unconfined Compressive Strength. A ! ' Measured values include w , y, UCS, c, m Free Swell, and CBR 115 (soaked and unsoaked). Calculated values include S, e, Na, ca Potential, and Resilient Modulus (soaked and unsoaked). Wet side permeability in field not factored in Free Swell test condition. i * CBR based on field compacted state. ` 1 Properties represent average values. I• Soil Sample Date: 11/3/2023 ' Loc: On -site Desc: Upper -bound, full soil range ?.8% . -k.12.85'y 10 15 Authorization By: Moisture Content_, Print Name: Graphics powered byMathematica Date: Firm Reg.#: Use of this Compaction Design Report ("CDR' is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift ("Fill' and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations (®) and non -registered trademark designations Version: 2.32 - 7.2 i RONE E A R T H W ° � � � RECTM Compaction Design Report Project Number: 23-28077 Fill: Foundation Report Number: 28077-02 Project Name: Walsh Ranch Phase PA6 Remarks: Subgrade Reconstruction Report Date: 12/21/2023 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 94% Compaction on Construction Curve t Min % of Max Dry Density 94% Dry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 8.1 13.4 fl% MC Compacted Fill Property Requirements y (Ibs/ft3) 118.8 118.8 f2.0% Air Voids Percentage 6.1% S (%) 53.9 89.0 f3% Factor of Safety 1.9 e 0.40 0.40 +3% Na (%) 13.2 3.2 f3% Design Compaction Conditions w Potential (%) +6.9 +1.7 f3% Loose Lift Thickness (in) 10 UCS (Ibs/ft2) ASTM D 2166 6,221 4,747 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 1,845 1,505 ±10% USCS Classification SC Ranges ON ASTM D 2850 29 25 ±10% Specific Gravity 2.67 2.66 - 2.70 Free Swell (%) ASTM D 4546 2.8 1.3 ±25% Liquid Limit (%) 31 29 - 33 CBR* (%) Soaked 1.1 5.2 ±10% Plasticity Index (%) 13 11 - 15 CBR* (%) Unsoaked 49.6 8.6 ±10% Plastic Limit (%) 18 Res Mod (Ibs/in2) Soaked 1,638 7,294 ±10% % Fines (Passing *200) 43 40 - 45 Res Mod (Ibs/in2) Unsoaked 31,078 10,148 ±10% % Gravel (Retained #4) 4 2 - 15 % Sand (Passing #4) 53 40 - 58 Construction Control Specifications Coast Curse Minimum % of Maximum Dry Density ZAV '• Construction Curve 94% Wet -of -Optimum Moisture Ranqe for 94% 130 - 10.0% - 13.4% (f l% MC) - Lift Construction Curve Minimum # of Roller Passes ' 1 W: 9 (Equiv. 5 roundtrip passes, full lilt coverage required) 126.41bsrft3 Compaction curves should be obtained i 125 regularly with changes in material index Ell properties and upon change in color or texture for effective construction control. M-D probe depths should be centered on 120 - the center of the compacted lift. ai _94%. com2action ........ ....... ;-- -- -- - Q 118. 8 1b51 t 3 I I • `• t c and 0 - Unsaturated tnaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. {� Measured values include w, y, UCS, c, m Free Swell, and CBR 115 - I i + (soaked and unsoaked). Calculated values include S, e, Na, ca 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. t10 - ' Soil Sample Date: 11/2/2023 Loc: On -site Desc: 2nd Upper -bound, full soil range 510.46 13.4% 10 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' 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 Version: 2.32 - 7.2 i RONE Ea, R T H WCi R �5 Project Number: 23-28077 Project Name: Walsh Ranch Phase PA6 Project Owner: Quail Valley Land Company, LLC Control Specifications and References Min % of Max Dry Density 95% Resilient Modulus Method AASHTO Compacted Fill Property Requirements Air Voids Percentage 6.1% 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 (%) 35 33 - 37 Plasticity Index (%) 17 15 - 19 Plastic Limit (%) 18 % Fines (Passing #200) 57 54 - 59 % Gravel (Retained #4) 3 2-9 % Sand (Passing #4) 40 32 - 44 130- 125 - 955Ic compaction 117.1 lbs/W 1V7 - to RECTM Compaction Design Report Fill: Foundation Report Number: 28077-03 Remarks: Subgrade Reconstruction Report Date: 12/21/2023 Produced By: Gary Hougardy Lift Properties at 95% Compaction on Construction Curve t Dry Side' Wet Side' Tolerance w (%) 8.9 13.7 fl% MC y (Ibs/ft3) 117.1 117.1 f1.8% S (%) 55.9 86.4 f3% e 0.42 0.42 +3% Na (%) 13.1 4.0 f3% w Potential (%) +7.0 +2.2 f3% UCS (Ibs/ft2) ASTM D 2166 7,441 6,318 ±20% c (Ibs/ft2) ASTM D 2850 2,225 2,062 ±10% ON ASTM D 2850 28 24 ±10% Free Swell (%) ASTM D 4546 7.3 1.9 ±25% CBR* (%) Soaked 1.2 3.9 ±10% CBR* (%) Unsoaked 39.5 8.7 ±10% Res Mod (Ibs/in2) Soaked 1,794 5,829 ±10% Res Mod (Ibs/in2) Unsoaked 26,858 10,216 ±10% cowL cam, e ------- ZAV Lift Construction Curve � : 10.6erc'• i i i i 3.7% 15 Moisture Content, (j) (%) Construction Control Specifications Minimum % of Maximum Dry Density Construction Curve 95% Wet -of -Optimum Moisture Ranqe for 95% 10.6% - 13.7% (fl% MC) Minimum # of Roller Passes 10 (Equiv. 5 roundtrip passes, full lilt 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 0 - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include w, y, UCS, c, m Free Swell, and CBR • (soaked and unsoaked). Calculated values include S, e, Na, w 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: 10/30/2023 Loc: On -site Desc: Upper -bound, predominant soil range 20 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' 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 ('"). Version: 2.32 - 7.2 F N E l E A R T " W ° R x 5 RECT'" Compaction Design Report Project Number: 23-28077 Fill: Foundation Report Number: 28077-04 Project Name: Walsh Ranch Phase PA6 Remarks: Subgrade Reconstruction Report Date: 12/21/2023 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95% Compaction on Construction Curve t Min % of Max Dry Density 95% Dry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 10.0 14.6 fl% MC Compacted Fill Property Requirements y (Ibs/ft3) 114.7 114.7 f1.8% Air Voids Percentage 6.1% S (%) 58.5 85.5 f3% Factor of Safety 1.3 e 0.46 0.46 +3% Na (%) 13.0 4.6 f3% Design Compaction Conditions w Potential (%) +7.1 +2.5 f3% Loose Lift Thickness (in) 10 UCS (Ibs/ft2) ASTM D 2166 7,840 7,269 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 2,406 2,476 ±10% USCS Classification CL Ranges ON ASTM D 2850 27 21 ±10% Specific Gravity 2.68 2.66 - 2.70 Free Swell (%) ASTM D 4546 8.6 2.4 ±25% Liquid Limit (%) 41 39 - 43 CBR* (%) Soaked 1.1 3.7 ±10% Plasticity Index (%) 22 20 - 24 CBR* (%) Unsoaked 36.5 8.4 ±10% Plastic Limit (%) 19 Res Mod (Ibs/in2) Soaked 1,661 5,549 ±10% % Fines (Passing *200) 59 56 - 61 Res Mod (Ibs/in2) Unsoaked 25,564 9,941 ±10% % Gravel (Retained #4) 3 2 - 8 % Sand (Passing #4) 38 31 - 42 125 120 - ,�-'„' 115.95��-compaction_ 114.7 Ibs, ft3 C7 A 110 - 105 Const Curse -- - - - -- aaV , Lift Construction Curve 120.8 Ibs/ft3 10 15 Moisture Content, w (%) Graphics powered by Mathematica Construction Control Specifications Minimum % of Maximum Dry Density Construction Curve 95% Wet -of -Optimum Moisture Ranqe for 95% 11.6% - 14.6% (fl% MC) Minimum # of Roller Passes 10 (Equiv. 5 roundtrip passes, full lilt 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 0 - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include , y, UCS, c, m Free Swell, and CBR (soaked and unsoaked). Calculated values include S, e, Na, ca 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: 11/1/2023 Loc: On -site Desc: 2nd Upper -bound, predom 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 ('"). Version: 2.32 - 7.2 i RONE E A R T H W° R�� RECTM Compaction Design Report Project Number: 23-28077 Fill: Foundation Report Number: 28077-05 Project Name: Walsh Ranch Phase PA6 Remarks: Subgrade Reconstruction Report Date: 11/3/2023 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95% Compaction on Construction Curve t Min % of Max Dry Density 95% Dry Side' Wet Side' Tolerance Lab Reference Standard ASTM D 698 (SP) w (%) 11.5 15.7 f1% MC Resilient Modulus Method AASHTO y (Ibs/ft3) 111.5 111.5 f1.8% Compacted Fill Property Requirements S (%) 61.7 84.0 f3% Air Voids Percentage 6.1% a 0.50 0.50 f3% Factor of Safety 1.2 Na (%) 12.8 5.3 f3% w Potential (%) +7.1 +3.0 f3% Design Compaction Conditions UCS (Ibs/ft2) ASTM D 2166 7,678 7,371 ±20% Loose Lift Thickness (in) 10 c (Ibs/ft2) ASTM D 2850 2,402 2,592 ±10% Compactor CAT 815 ON ASTM D 2850 26 20 ±10% USCS Classification CL Ranges Free Swell (%) ASTM D 4546 9.3 2.8 ±25% Specific Gravity 2.68 2.66 - 2.70 CBR* (%) Soaked 1.0 3.4 ±10% Liquid Limit (%) 47 45 - 49 CBR* (%) Unsoaked 32.5 7.9 ±10% Plasticity Index (%) 28 26 - 30 Res Mod (Ibs/in2) Soaked 1,476 5,164 ±10% Plastic Limit (%) 19 Res Mod (Ibs/in2) Unsoaked 23,713 9,556 ±10% % Fines (Passing #200) 80 77 - 82 % Gravel (Retained #4) 2 1-4 % Sand (Passing #4) 18 16 - 22 ' •�,� Construction Control Specifications CvnstCurse Minimum % of Maximum Dry Density - - - - ASTM D693"e Construction Curve 95% ••• ASTM D 698 (SP) 103% Lab cu at 955E compaction •`. Iry Side: 15.4 5L Wet -of -Optimum Moisture Rance for 95% Vet Side: 20.3 13.0% - 15.7% (fl% MC) 120 - Lift Construction Curve Minimum # of Roller Passes ru : 13.°k 10 (Equiv Sround(iipposses, full /iRcoverage required) Y : 117.4 1b5jft3 I '•• Compaction curves should be obtained i ,•-, regularly with changes in material index 715 properties and upon change in color or �'. texture for effective construction control. 95 corn�p �tion _ _ _ __ _ _ _ _ - •'. M-D probe depths should be centered on 05 111.5 lbs/ft3 AS'I11I D 698 (SP)6n the center of the compacted lift. 776 � a - ! Cl i 17.2�k .• 108. 1bS�ft3 �' �. t c and 0 - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. A - - - / ♦ • • Measured values include w, y, UCS, c, 0, Free Swell, and CBR i i ♦ • • (soaked and unsoaked). Calculated values include S, e, Na, m 105 - ♦ Potential, and Resilient Modulus (soaked and unsoaked). Wet side permeability in field not factored in Free Swell test condition. f t * CBR based on field compacted state. \ I Properties represent average values. r ♦ Soil Sample Date: 10/27/2023 Loc: On -site Desc: Midpoint, predominant soil range s13.°!c 15.7% 10 15 ='! Authorization By: Moisture Content, w tr/OI Print Name: ** ASTM D 698 (SP) equivalent, corrected to control relative moisture standard in construction. Graphics powered by Mathematica Date: Firm Reg. # : Use of this Compaction Design Report ("CDR' is subject to all copyrights and shall comply with the terms and conditions of all software licenses applicable to the generation of this report. This CDR may be used in practice solely for design analysis purposes for the above fill lift ("Fill") and Project, and the use of this CDR for any other use or fill lift other than that Fill or for any purpose is not permitted. This report applies only to lifts compacted over stiff and well -compacted lifts and subgrades. No part of this CDR may be copied, downloaded, stored in a retrieval system, further transmitted, or otherwise reproduced, stored, disseminated, transferred, or used, in any form or by any means, except as permitted in writing by Rone Engineering Services, Ltd. Each reproduction of any part of this CDR must contain all copyright notices and registered trademark designations (®) and non -registered trademark designations Version: 2.32 - 7.2 F N E l E A R T " W ° R x 5 RECT'" Compaction Design Report Project Number: 23-28077 Fill: Foundation Report Number: 28077-06 Project Name: Walsh Ranch Phase PA6 Remarks: Subgrade Reconstruction Report Date: 12/21/2023 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 96% Compaction on Construction Curve t Min % of Max Dry Density 96% Dry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 12.9 16.5 fl% MC Compacted Fill Property Requirements y (Ibs/ft3) 109.7 109.7 f1.9% Air Voids Percentage 6.1% S (%) 65.7 84.3 f3% Factor of Safety 1.1 e 0.52 0.52 +3% Na (%) 11.8 5.4 f3% Design Compaction Conditions w Potential (%) +6.7 +3.1 f3% Loose Lift Thickness (in) 10 UCS (Ibs/ft2) ASTM D 2166 7,149 6,967 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 2,281 2,518 ±10% USCS Classification CH Ranges ON ASTM D 2850 25 18 ±10% Specific Gravity 2.68 2.66 - 2.70 Free Swell (%) ASTM D 4546 10.5 3.3 ±25% Liquid Limit (%) 54 51 - 56 CBR* (%) Soaked 1.1 3.2 ±10% Plasticity Index (%) 33 31 - 35 CBR* (%) Unsoaked 30.8 7.3 ±10% Plastic Limit (%) 21 Res Mod (Ibs/in2) Soaked 1,576 4,758 ±10% % Fines (Passing *200) 84 81 - 86 Res Mod (Ibs/in2) Unsoaked 22,893 9,108 ±10% % Gravel (Retained #4) 2 1 - 3 % Sand (Passing #4) 14 11 - 18 2; - `. '• Construction Control Specifications •'� Co=tCurse Minimum % of Maximum Dry Density ------- zap- '. Construction Curve 96% Wet -of -Optimum Moisture Ranqe for 96% '+ 14.2% - 16.5% (fl% MC) Lift Construction Curve Minimum # of Roller Passes w: 14.29, '. 11 (Fquiv. 6 roundtno passes, full lilt coverage required) s : 114.3 lb s,ifil�. I •, Compaction curves should be obtained regularly with changes in material index properties and upon change in color or compactiontexture for effective construction control. 109.7 Ibs,+ft3 I•� M-D probe depths should be centered on \P.P. the center of the compacted lift. t c and 0 - Unsaturated triaxlal test, total stress soil parameter.UCS - Unconfined Compressive Strength. Measured values include w , y, UCSc, m Free Swelland CBR (soaked and unsoaked). Calculated values include Se, Na, w Potentialand Resilient Modulus (soaked and unsoaked). Wet side permeability in field not factored in Free Swell test condition. lflfl - i i * CBR based on fe/d compacted state. l 1 Properties represent average values. Soil Sample Date: 11/1/2023 Loc: On -site iDesc: 2nd Lower -bound, predom soil range 14.7% ;16.5% 1p 15 20 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' 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 Version: 2.32 - 7.2 F N E l E A R T " W ° R x 5 RECT'" Compaction Design Report Project Number: 23-28077 Fill: Foundation Report Number: 28077-07 Project Name: Walsh Ranch Phase PA6 Remarks: Subgrade Reconstruction Report Date: 12/21/2023 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 95% Compaction on Construction Curve t Min % of Max Dry Density 95% Dry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 13.9 18.1 fl% MC Compacted Fill Property Requirements y (Ibs/ft3) 106.2 106.2 f1.9% Air Voids Percentage 6.1% S (%) 64.6 83.9 f3% Factor of Safety 1.0 a 0.58 0.58 +3% Na (%) 13.0 5.9 f3% Design Compaction Conditions w Potential (%) +7.6 +3.5 f3% Loose Lift Thickness (in) 10 UCS (Ibs/ft2) ASTM D 2166 6,615 6,392 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 2,141 2,362 ±10% USCS Classification CH Ranges ON ASTM D 2850 24 17 ±10% Specific Gravity 2.69 2.66 - 2.70 Free Swell (%) ASTM D 4546 11.8 3.7 ±25% Liquid Limit (%) 60 58 - 62 CBR* (%) Soaked 0.9 3.0 ±10% Plasticity Index (%) 40 38 - 42 CBR* (%) Unsoaked 26.8 6.4 ±10% Plastic Limit (%) 20 Res Mod (Ibs/in2) Soaked 1,392 4,497 ±10% % Fines (Passing *200) 91 89 - 93 Res Mod (Ibs/in2) Unsoaked 20,959 8,350 ±10% % Gravel (Retained #4) 1 0 - 2 % Sand (Passing #4) 8 5 - 11 115 - 4. 95�am action ai 7fl5 106.2lbs�ft3 C� A iau - 35 - 90 10 Co=t Curse -- - - - -- zap- Lift Construction Curve cj : 15.35, �` 111.8 Ibs/ft311 ; ; ----•--"F----------- I I ; I I I I 15.396 18.1v 95 20 Moisture Content, of (% Construction Control Specifications Minimum % of Maximum Dry Density Construction Curve 95% Wet -of -Optimum Moisture Ranqe for 95% 15.3% - 18.1% (fl% MC) Minimum # of Roller Passes 11 (Fquiv. 6 roundtno passes, full lilt 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 0 - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include , y, UCS, c, m Free Swell, and CBR (soaked and unsoaked). Calculated values include S, e, Na, ca 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 Loc: On -site Desc: Lower -bound, Date: 10/27/2023 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' 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 ('"). Version: 2.32 - 7.2 F N E l E A R T " W ° R x 5 RECT'" Compaction Design Report Project Number: 23-28077 Fill: Foundation Report Number: 28077-08 Project Name: Walsh Ranch Phase PA6 Remarks: Subgrade Reconstruction Report Date: 12/21/2023 Project Owner: Quail Valley Land Company, LLC Produced By: Gary Hougardy Control Specifications and References Lift Properties at 96% Compaction on Construction Curve t Min % of Max Dry Density 96% Dry Side' Wet Side' Tolerance Resilient Modulus Method AASHTO w (%) 15.9 19.4 fl% MC Compacted Fill Property Requirements y (Ibs/ft3) 103.5 103.5 f1.9% Air Voids Percentage 6.1% S (%) 68.7 84.0 f3% Factor of Safety 1.0 e 0.62 0.62 +3% Na (%) 12.0 6.1 f3% Design Compaction Conditions w Potential (%) +7.2 +3.7 f3% Loose Lift Thickness (in) 10 UCS (Ibs/ft2) ASTM D 2166 5,811 5,558 ±20% Compactor CAT 815 c (Ibs/ft2) ASTM D 2850 1,918 2,109 ±10% USCS Classification CH Ranges ON ASTM D 2850 23 15 ±10% Specific Gravity 2.69 2.66 - 2.70 Free Swell (%) ASTM D 4546 13.2 4.4 t25% Liquid Limit (%) 70 68 - 72 CBR* (%) Soaked 0.8 2.9 t10% Plasticity Index (%) 48 46 - 50 CBR* (%) Unsoaked 23.8 5.7 ±10% Plastic Limit (%) 22 Res Mod (Ibs/in2) Soaked 1,253 4,298 ±10% % Fines (Passing *200) 95 93 - 97 Res Mod (Ibs/in2) Unsoaked 19,418 7,748 ±10% % Gravel (Retained #4) 0 0- 1 % Sand (Passing #4) 5 2-7 120 - Tis - 110 � 1fl5 - 9A%% compaction _ 103.5 lbs. a 95 - 90 - Co=t Curse ZAL' Lift Construction Cui ve co : 17.1 % 107.9 lbs/ft' 1 r I I r I Construction Control Specifications Minimum % of Maximum Dry Density Construction Curve 96% Wet -of -Optimum Moisture Ranqe for 96% 17.1% - 19.4% (fl% MC) Minimum # of Roller Passes 11 (Fquiv. 6 roundtno passes, full lilt 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 0 - Unsaturated triaxial test, total stress soil parameter. UCS - Unconfined Compressive Strength. Measured values include , y, UCS, c, m Free Swell, and CBR (soaked and unsoaked). Calculated values include S, e, Na, ca Potential, and Resilient Modulus (soaked and unsoaked). Wet side permeability in field not factored in Free Swell test condition. i * CBR based on field compacted state. i 1 Properties represent average values. 17.1 C/c 19r4% 15 20 Moisture Content, ca (%) Soil Sample Loc: On -site Desc: Lower -bound, Date: 11/3/2023 full soil range 25 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' 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 ('"). Version: 2.32 - 7.2 APPENDIX A r" - ----- : SITE 3 I 4 ""c"'r' •_''.l � Y g ��z d � i a°� v""■ � ow r�wnetia�°ra -- - etey.. r�.r.l�•.i - �� ..I � £ra..+.nryµ�� � YSR ,ee�.... �; 35 . -r 11 � -'.f ...._:9^ti��:� ° �4.•n @ ;�.• , � 4� .' � to .... r..M � .. ��, ..�• ..` ifry.r�� '�, ?� �. ' - - � I■IIIIII p) ttm;C.�! s..tTl �f jjT$§p �i �Ff , Ir .4y �' A •[ L�=nS: � Kf p •�3.• _i Y �� gr• •• v 71 I�4, V � � �'�f� r�� � �l R� x71 >` 'N 4 - • 1� R,1116T Plate A.1 PROJECT NO: 23-28077 VICINITY MAP 9GE O�NG Walsh Ranch Phase PAIS DRAWN BY: DH DATE: 11/14/2023 NE of intersection Walsh Ranch Pkwy and 1-20 EST: 1072 Fort Worth, Texas APPROVED BY: DH DATE: 11/14/2023 VV vw, li r a.f4 L at R NE E N G E E R I N G EST: 1972 Plate A.2 PROJECT NO: 23-28077 GEOLOGY MAP Walsh Ranch Phase PA6 DRAWN BY: DH DATE: 11/14/2023 NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas APPROVED BY: DH DATE: 11/14/2023 4VP B-26 B-27 B-28 f ' B-35 B-36 B-37 B-45 6 46 B 47 B 48 B-67 B-68 B-69 B-70 B-71 B-78 B-79 B-80 B-81 B-82 �+ B-89 B.90 B-91 B-92 B-93 B-101 B-102 B-103 B-104 B-105 B-106 B-107 B-108 B-109 B-110 B-111 B-112 B-113 B-114 B-123 B-124 B-125 B-126 B-127 B-128 B-129 B-130 B-131 I B-132 B-133 B-134 B-135 B-136 B-145 B-146 B-147 I B-148 B-149 B-150 B-151 B-152 B-153 B-154 B-155 B-156 B-157 B-158 B-170 , B-171 B-172 B-173 B-174 B-175 B-176 B-177 B-178 B-179 B-180 B-181 B-182 ► � �/� B-183 B-1 sa R NE E N G E E R I N G EST: 1072 B-12 I B-13 c--I 1 B-62 L U 3 � I B-74 (D ZI B-85 Plate A.3 BORING LOCATION DIAGRAM Walsh Ranch Phase PA6 NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas B-3 B-11 B- 66 B-17 B-163 C6 c-I LU af D L.L PROJECT NO: 23-28077 DRAWN BY: DH DATE: 1-3-2023 APPROVED BY: DH DATE: 1-3-2023 Log B-1 Project 2 2rt No. 7 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q OF Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E 32.732480N While Drilling Not Observed 10-13-23 EST: Longitude At Completion Not Observed -97.566370 W End of Da Not Measured y 0 QL N w O~ C 0 j 2 U � Nw o N Z 0 „ t a")r O 01 E U O Q- E N•ip Q 2 Stratum Description __ o w ._ a o d fn E > w L0. N N -O •N R aD y Z` O c o in Approximate Surface Elevation = 872.0 feet .0a 3: O rn 00i a`4i a M a to 0 3 LL-PL-PI 2 to a U SANDY LEAN CLAY (CL) - brown, tan, with limestone / fragments, calcareous nodules and ferrous staining 4.5+ 10 4.5+ tit 39-17-22 7 7-9-10 9 5 _ N=19 / V 3-3-4 14 / 863.0 _ =� �/X\ LIMESTONE -light gray 3-50/6" 12 10—= —= X 50/2" 8 _ Z 15-50/4.5" 8 2C "52.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Plate A.4 Log Project No. B-2 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.732610 N While Drilling Not Observed 10-11-23 Longitude At Completion Not Observed -97.565760 W End of Day Not Measured QL N01 o Q- E L Q~ E Q O .- NR H Stratum Description E`� o __ Z �= d J a y ; o cw a N fn E > L L N N -O •N > y O o in w Approximate Surface Elevation = 872.0 feet 3: O rn a 0� a to LL-PL-PI 0 2 3 Z` to a c U SANDY LEAN CLAY (CL) - dark brown, brown, with 4.5+ 63 38-19-19 5 1.7 119 / calcareous nodules and limestone fragments 11-12-17 5 //� 869.5 N=29 WEATHERED LIMESTONE - tan 50/3" 5 50/0.25" 50/0.25" 50/0.25" 10— 50/0.25" i 50/0.5' 15 50/0.25" I - light gray, tan 50/0.25" 20— 50/0.25" Boring Terminated at Approximately 20 Feet 4 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Plate A.5 Log Project No. B-3 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.732620 N While Drilling Not Observed 10-11-23 Longitude At Completion Not Observed -97.565130 W End of Day Not Measured R VNGE N G E o a> � � � a L N y O remit a")Q � .y+ = '— a 2 Stratum Description L> o= o a J N E w 0 .y CD N to H C l4 > N W Approximate Surface Elevation = 872.0 feet 3.0 ran a M a in LL-PL-PI j LEAN CLAY (CL) - brown, tan, trace limestone fragments 3-6-8 N=14 aw _ a a c a� E U Z yw — G C N O 2 to a UU 11 4.5+ 80 47-13-34 9 4.5 113 868.5 WEATHERED LIMESTONE - tan 50/4" 7 5 50/0.25" 50/0.25" 863.5 LIMESTONE - light gray T= 50/0.5" 50/0.25" 10— 50/0.25" 50/0.25" 15� 50/0.5" 2C � 852.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Plate A.6 Log Project No. B-4 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.732040 N While Drilling Not Observed 10-13-23 Longitude At Completion Not Observed -97.567590 W End of Day Not Measured o Q- QL N E w O ~ C j 2 U Nw Z E U O N•ip w ._ Q 2 Stratum Description __ o a o L in w a a�i a`4i R 20 3 Z` c o Approximate Surface Elevation = 875.0 feet 3: O rn a M a rn LL-PL-PI 2 to a U —%\ / FAT CLAY (CH) - marly, brown, tan, with calcareous /X\ nodules and ferrous staining 3-5-6 16 N=11 5-7-10 / N=17 79 61-21-40 6 5 _ 8-8-50/3.5" 15 _ X 50/5" 8 867.0 WEATHERED LIMESTONE - tan 50/1" 10 50/0" 50/11, 15 50/01, 858.0 LIMESTONE - light gray —Z- 50/1" 2C = '855.0 50/0" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Plate A.7 Log Project No. B-5 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.732060 N While Drilling Not Observed 10-13-23 Longitude At Completion Not Observed -97.567060 W End of Day Not Measured QL N w o O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 879.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U SANDY LEAN CLAY (CL) - marly, brown, tan, with calcareous nodules and ferrous staining 1-4-8 N=12 37-20-17 10 5-8-11 N-19 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 7 Plate A.8 Log Project No. B-6 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.732050 N While Drilling Not Observed 10-13-23 Longitude At Completion Not Observed -97.56641° W End of Day Not Measured d w Vl N o N a> y Y „ C t O- E O F Q 2 c >° U Stratum Description �'" __ z o a,E a U o dw d fn E L O in w 10s a Approximate Surface Elevation = 885.0 feet 3: O rn a�i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to ra c o U CLAYEY GRAVEL (GC) - marly, brown, tan, with — calcareous nodules and ferrous staining 4.5+ 31 7 82.0 18-50/6" 5 WEATHERED LIMESTONE - tan, with ferrous staining 5 10 \-675.0 LIMESTONE -gray 15—=� S Z 2C � 865.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 50/3.5" 5 50/3" 7 50/5.51, 9 50/0.25" 50/0" 50/0.5" 50/0" Plate A.9 Log Project No. B-7 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.732110 N While Drilling Not Observed 10-11-23 Longitude At Completion Not Observed -97.565720 W End of Day Not Measured R VNGE N G E o a> � >, � � a> a L N y remit O a")Q � .y+ = '— L Q E ~ Q 0 .- d ip Stratum Description H E� Z o a Mo 'O" J a a N E L> w .y CD N to H C 1p N W Approximate Surface Elevation = 890.0 feet 3.0 of a M a in LL-PL-PI aw _ a a c at E U � yw C V/ — C N O O 2 to a UU SANDY LEAN CLAY (CL) - brown, tan, trace / limestone fragments 4.5+ 59 48-22-26 16 0.5 91 14-20-25 N=45 / / 85.0 10-50/1.5" 5 S WEATHERED LIMESTONE - tan 50/0.75" V882.5 50/0.25" LIMESTONE - light gray 50/0.25" 10 50/0.25" 50/0.5" 15 50/0.25" = � 50/0.25" 50/0.25" 870.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 5 K111 Plate A.10 Log Project No. B-8 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.731500 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed R VNGE N G E -97.568330 W End of Day Not Measured c CI T W a y o N O a> m N r C Oy La Q ~ E Q .O Stratum Description N R E a o Z Mo J N a N £ - w CD .y > T) N w Approximate Surface Elevation = 878.0 feet to 3.O H of C l4 a m a in LL-PL-PI 2 LEAN CLAY (CL) - marly, brown, tan 3-3-4 14 N=7 9=24 N N24 72 41-16-25 10 1 5 9 5 _ N=29 29 / 871.0 X 50/1.51, 12 WEATHERED LIMESTONE -tan 50/1.5" 10— 50/0.5" 50/1" 50/0.25" 15 862.0 LIMESTONE - gray � 50/1" 50/0.5" 858.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers Plate A.11 Log Project No. B-9 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.731530 N While Drilling Not Observed 10-13-23 Longitude At Completion Not Observed -97.567020 W End of Day Not Measured o 0- QL N01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a £ - > •y j y O w10s a Approximate Surface Elevation = 890.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U CLAYEY GRAVEL (GC) - marly, brown, tan, with —5V yl`71 x N=14 calcareous nodules and ferrous staining 14 30 39-21-18 9 r 0 883.0 WEATHERED LIMESTONE - tan 873.0 LIMESTONE - gray —Z— 2C = i 870.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 15-29-40 N=69 33-50/4" 50/4.5" 50/1" 50/0" 50/1" 50/0" 50/1" 50/0" 6 0 0 Plate A.12 Log Project No. B-10 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.731530 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.566400 W End of Day Not Measured o 0- QL N01 `_ E L Q~ E NR Stratum Description H E_ o Z�o a JO y o cw a - £ > •y j y O in w 10s Approximate Surface Elevation = 906.0 feet 3: O a rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U WEATHERED LIMESTONE - tan, occasional clay — X seams 50/2" 24 34-19-15 5 50/0.25" 50/0" 50/0.5" 5 50/0" 899.0 LIMESTONE - gray 50/1" 10— _ 50/0" S 50/1 1 J 50/0.70.75" S 50/1" � 886.0 50/0.5" 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.13 Drilling Method: Continuous Flight Augers Log Project No. B-11 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.731520 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed R VNGE N G E -97.565760 W End of Day Not Measured c o a> m CI T W a y N O N r C Oy La Q ~ E Q .O Stratum Description N R E a o Z Mo J N a N £ - w .y CD T) N w Approximate Surface Elevation = 918.0 feet to 3.0 H of C l4 a m > a in LL-PL-PI 2 LEAN CLAY (CL) - marly, brown, tan, with calcareous nodules and ferrous staining 2-4-8 N=12 14 1 7 N=20 20 5—i 6-6-11 N=17 80 36 16 20 12 0 911.0 WEATHERED LIMESTONE - tan, with ferrous staining 902.0 LIMESTONE - gray 2C � 898.0 Boring Terminated at Approximately 20 Feet 8-14-58/1" 6-11-6 N=17 50/3" 50/0.5" 50/0.5" 20 10 im Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.14 Drilling Method: Continuous Flight Augers Log Project No. B-12 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730960 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.568990 W End of Day Not Measured QL N01 w o �E 0- E o f Q 2 c >° V Stratum Description dw __ Z o w ._ a U o a�iu, d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 890.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U f! CLAYEY SAND (SC) - marly, brown, tan, with -926 limestone fragments 27 34-20-14 8 WEATHERED LIMESTONE - tan 5- 10 ' LIMESTONE - gray 15—�= i n 2C 870.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers 50/5" 50/2" 50/0.5" 30-50/2" 50/1" 50/0.5" 50/0.5" 50/0.5" 7 12 Plate A.15 Log Project No. B-13 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730960 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.568340 W End of Day Not Measured o a> „ t 0- N y, `_ N Q, r O 01 E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y j y O w10s a Approximate Surface Elevation = 888.0 feet 3: O rn 00i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to r7 c o U SANDY LEAN CLAY (CL) - marly, brown, tan, with j limestone fragments 4-5-10 N=15 57 32-18-14 9 / �86.0 WEATHERED LIMESTONE - tan 20-21-40 3 — N=61 50/2" 5 — 50/1" 50/2" 50/1" 10— 877.0 LIMESTONE - gray 5 5" 50/0./0.25" 1 J r � r n r r �— 50/1" 868.0 50/0.25" 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.16 Drilling Method: Continuous Flight Augers Log Project No. B-14 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730940 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.567010 W End of Day Not Measured o 0- QL N01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 898.0 feet 3: O rn 00i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U SANDY LEAN CLAY (CL) - marly, brown, tan, with / 2-6-10 N-16 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 5 6 8 6 Plate A.17 Log Project No. B-15 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.730960 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.566350 W End of Day Not Measured R VNGE N G E o 0 Q >, a> a L N y remit O a") � r = '— L Q ~ Q 0 .- dip Stratum Description H 0� Z o a Mo 'QJ a a£ N £ L> w .y CD N to H C 1p N W Approximate Surface Elevation = 914.0 feet 3.0 vai a M a in LL-PL-PI LEAN CLAY (CL) - marly, brown, tan, with calcareous nodules and ferrous staining 2-5-9 N=14 4-6-23 91 N=29 5 - gx50/3" 908.0 WEATHERED LIMESTONE - tan 50/1.51, 50/1" 1 C 50/0" 902.0 LIMESTONE - gray S— _ 50/0.25" 15— _ 50/01, Z S 50/0.25" 2C � 894.0 50/0" Boring Terminated at Approximately 20 Feet aw _ a a c at E U � yw C V) — C N O O 2 to a UU 17 46-16-30 13 9 6 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.18 Drilling Method: Continuous Flight Augers Log Project No. B-16 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.730960 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.565700 W End of Day Not Measured R VNGE N G E o a> � � � 2 a L N y d O remit a")Q � .y+ E a 2 > Stratum Description L> V w+ Z o a M o a J N E w 0 .y CD N to H C l4 > N W Approximate Surface Elevation = 928.0 feet 3.0 of a M a in LL-PL-PI aw _ a a c a� E U Z yw — G C N O 2 to a UU LEAN CLAY (CL) - marly, brown, tan, with calcareous / nodules and ferrous staining 2-4-7 N-11 15� — 912.0 WEATHERED LIMESTONE - dark gray 50/3" 2C 908.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.19 Drilling Method: Continuous Flight Augers Log Project No. B-17 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730950 N While Drilling Not Observed 10-11-23 Longitude At Completion Not Observed -97.565040 W End of Day Not Measured d W o N a> „ t 01 0- E L Q~ a E HE`__ NR Stratum Description o Z�oda JO y o cw E > •y j y O o in w 10s a Approximate Surface Elevation = 919.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c U f! CLAYEY SAND (SC) -brown, tan, trace limestone fragments -7119 31 28-13-15 6 5 4.0 WEATHERED LIMESTONE - tan, light gray 1 c 909.0 —j— LIMESTONE - light gray 15—= i n � 2C 899.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 5-50/3" 50/5" 50/1" 50/0.5" 50/0.75" 50/0.5" 50/0.5" 50/0.25" 50/0.5" 50/0.25" 25 16I Plate A.20 Log Project No. B-18 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.730410 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.569630 W End of Day Not Measured o Q- QL N01 E L Q~ O NR H E`� Z d J y cw a E Q .- Stratum Description L o __ �= a ; o L N fn E > N N -O •N y O in w 20 3 Z` c o Approximate Surface Elevation = 900.0 feet 3: O rn a M a to LL-PL-PI 2 to r7 U CLAYEY SAND (SC) - marly, brown, tan, with limestone fragments 3-9-35 36 29-17-12 5 N=44 98.0 S WEATHERED LIMESTONE - tan 50/1" 50/0.25" 50/1.5" 5 _ 50/0.5" 50/1" 50/0.5" 10— 889.0 LIMESTONE - gray 50 50/0.7.75" 1 J r � r � n r r �— 50/1" 880.0 50/0.25" 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers Plate A.21 Log Project No. B-19 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730410 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.568980 W End of Day Not Measured o 0- QL N01 �_ E L Q ~ E N R H Stratum Description £_ o Z�o a JO y o C Vyi a £ - > •y j y O in w 10s a Approximate Surface Elevation = 908.0 feet 3: O rn 00i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to a c o :) U _i 5—'o CLAYEY SAND (SC) - marly, brown, tan, with limestone fragments WEATHERED LIMESTONE - tan 1 C� 898.0 LIMESTONE - gray 15—=� S Z 2C � 888.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers 11-31-50/3" 19 30-20-10 5 50/2" 50/1" 50/2" 50/1" 50/2" 50/0.5" 50/1" 50/0.5" 50/1" 50/0.25" Plate A.22 Log Project No. B-20 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730410 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.568330 W End of Day Not Measured QL N01 o 0- E L Q ~ a E Q O .- N R H Stratum Description L £� o __ Z �o d J a y o C Vyi E > L •y j y O in w 10s a Approximate Surface Elevation = 898.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to r7 c o U f! CLAYEY SAND (SC) - marly, brown, tan, with limestone fragments 4--5112 45 32-16-16 7 5- 10- WEATHERED LIMESTONE - tan LIMESTONE - gray 1� r n r r 2C 878.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers 50/3" 50/1" 50/0.25" 50/0.5" 50/0.25" 50/0.75" 50/0.25" 50/0.5" 50/0.25" 3 Plate A.23 Log Project No. B-21 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.730410 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed R VNGE N G E -97.567700 W End of Day Not Measured c o a> m CI T W a y N O N r C Oy La Q ~ E Q .O Stratum Description N R £ a o ZQ Mo J N a N £ - w .y CD T) N N W Approximate Surface Elevation = 888.0 feet to 3.0 H ran C l4 a m > a in LL-PL-PI 2 CLAYEY SAND (SC) -brown 4-4-8 N=12 49 38-20-18 11 885.0 35-50/6" 6 WEATHERED LIMESTONE -tan 50/1" 50/0.5" 5 0 15--- 872.0 LIMESTONE -gray 2C 868.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers 50/2" 50/0.5" Plate A.24 Log Project No. B-22 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730410 N While Drilling Not Observed 10-16-23 Longitude At Completion Not Observed -97.567040 W End of Day Not Measured d W o N a> „ t 01 0- E L Q~ a E Q O NR H Stratum Description L E`� o Z �o d J a y o cw E > L •y j y O in w 10s a Approximate Surface Elevation = 898.0 feet 3: O rn 00i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to r7 c o U f! CLAYEY SAND (SC) - marly, brown, tan, with 6- calcareous nodules and ferrous staining 8-180 40 38-17-21 6 5 01 895.5 WEATHERED LIMESTONE - tan, with ferrous staining 887.0 LIMESTONE - gray 1� r n r r 2C 878.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 50/5.5" 50/1" 50/0.25" 50/2" 50/1.25" 50/1.5" 50/0" 50/1" 50/0" 4 Plate A.25 Log Project No. B-23 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.730400 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed R VNGE N G E -97.566400 W End of Day Not Measured c o a> m CI T W aL y N O N r C Oy La Q E ~ Q .O Stratum Description N R �> E_ o Z J N N £ - L w .y T) w N W Approximate Surface Elevation = 915.0 feet to 3.0 H of C l4 a m > a in LL-PL-PI 2 0 —/ / SANDY FAT CLAY (CH) - marly, brown, tan, with / /x\ limestone fragments 5-6-8 N=14 14= N / 14 56 84-21-63 7 909.0 WEATHERED LIMESTONE - tan 903.0 LIMESTONE - gray 15— Z S 2C � 895.0 Boring Terminated at Approximately 20 Feet 16-50/2" 50/3.5" 50/0.25" 50/0" 50/1" 50/0" 50/0.25" 50/0" 13 7 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.26 Drilling Method: Continuous Flight Augers Log B-24 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730370 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.565740 W End of Day Not Measured N y, �_ o N a> Q, r „ O t 01 0- E L Q ~ a E N R Stratum Description H £_ o Z�o a JO y o C Vyi N fn £•y j y O o in w 10s Approximate Surface Elevation = 930.0 feet 3: O a rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c U FAT CLAY (CH) - marly, brown, tan, with limestone —%X seams and ferrous staining 2-4-382 53-22-31 13 J32-37-40 000040 N=77 7 21-25-40 9 5 — N=65 50/3" 8 000, 10-16-33 14 —/ N=49 10— J/ X10-50/2" 6 15— � J transitions to gray — X Z 6-6-6 N=12 5 10.0 20— Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.27 Drilling Method: Continuous Flight Augers Log Project No. B-25 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730410 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.565120 W End of Day Not Measured o 0- QL N w O ~ C j 2 Nw E U O E N•Ip Q 2 Stratum Description V __ Z o w ._ a o d fn E > L N y "O •y j y O in w Approximate Surface Elevation = 927.0 feet 10s 3: O a rn a�i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to a c o U j! CLAYEY SAND (SC) - marly, brown, tan, with calcareous nodules and ferrous staining 3 N=16 16 49 58-25-33 12 3-7-12 8 N=19 7-13-18 9 5 N=31 811 15 N=21 919.0 � FAT CLAY - marly, tan, gray, with ferrous staining - 14-18-21 N=39 78 55-21-34 16 10— or or 150— I 910.0 LIMESTONE -gray i 2C �/ V07.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 8-10-16 N=26 50/3" Is m Plate A.28 Log Project No. B-26 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730410 N While Drilling Not Observed 10-11-23 Longitude At Completion Not Observed -97.564620 W End of Day Not Measured QL N w o O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 917.0 feet 3: O rn a�i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - brown, tan, trace limestone/ —/X fragments N 5,8 19 12-8-7 / N=15 9 5 — 6-8-9 N=17 15 /, 4.5+ 80 57-17-40 11 6.6 100 909.5 WEATHERED LIMESTONE - tan, light gray 50/3" 8 50/" 10 50/0.5" 7 1 J 902.0 50/0.25" LIMESTONE - light gray 50/0.25" T 897.0 50/0.25" 7 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.29 Drilling Method: Continuous Flight Augers Log Project No. B-27 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729860 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.570910 W End of Day Not Measured o 0- QL N w O ~ C j 2 Nw E U O E N•Ip Q 2 V Stratum Description __ Z o w ._ a o d fn E > L N y "O •y j y O w10s a Approximate Surface Elevation = 895.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U LEAN CLAY (CL) - brown j 4-5-8 16 / N=13 WEATHERED LIMESTONE - tan 10-12-15 8 N=27 5 — 6-7-9 N=16 80 43-16-27 13 0 i 2k, 887.0 875.0 Boring Terminated at Approximately 20 Feet 7-11-27 11 N=38 50/2" 50/0.5" 50/1.5" 50/0.5" Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.30 Drilling Method: Continuous Flight Augers Log Project No. B-28 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729830 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.570260 W End of Day Not Measured QL N w o O Q- E O~ Q 2 C j 2 U Stratum Description Nw __ Z o E w ._ a U o N•ip d fn E > L N N -O •N y O in w a Approximate Surface Elevation = 906.0 feet 3: O rn a�i a`4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U CLAYEY SAND (SC) -brown, tan, with limestone fragments 3-12-35 N=47 46 34-20-14 8 903.0 35-50/5" 7 WEATHERED LIMESTONE - tan 50/1.5" 8 5 50/0.5" 50/1" 7 10 50/0.25" 50/0.5" 6 15— 50/0.25" 50/0.5" 6 2C 886.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers Plate A.31 Log Project No. B-29 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729840 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.569620 W End of Day Not Measured QL N w o O 0- E O ~ C Q 2 j 2 Stratum Description V Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O w10s Approximate Surface Elevation = 920.0 feet 3: O a rn a�i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to a c o U CLAYEY GRAVEL (GC) - brown 7-50/6" 20 35-18-17 4 18.0 WEATHERED LIMESTONE - tan 50/2" 50/150/1.5" f913.0 550/1 LIMESTONE - gray 4p 50/1" 10— = 50/0.5" S 50/1 1 J 50/0.20.25" S 50/0.5" � 900.0 50/0.25" 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.32 Drilling Method: Continuous Flight Augers Log Project No. B-30 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729850 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.568970 W End of Day Not Measured o 0- QL N01 w o f c >° dw �E U E a�iu, Q 2 V Stratum Description __ Z o w ._ a o d fn E > L N y "O •y j y O w10s a Approximate Surface Elevation = 922.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U LEAN CLAY (CL) - brown no 7-12-15 N=27 77 47-22-25 11 a�n n WEATHERED LIMESTONE - tan 50/6" 50/1" 5 _ 50/0.5" 50/1" 912.0 50/0.25" 1 C J— LIMESTONE - gray 50/0.5" 50/0.5" 15— _ i n 50/0.5" 902.0 50/0.25" 2C Boring Terminated at Approximately 20 Feet 5 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.33 Drilling Method: Continuous Flight Augers Log Project No. B-31 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.729850 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.568330 W End of Day Not Measured o 0- QL N E w O ~ C j 2 V Nw Z E U O N•Ip w ._ Q 2 Stratum Description __ o a o L d fn £ > N y "O •y j y O in w 10s a a�i a�4i R 20 3 Z` c o Approximate Surface Elevation = 910.0 feet 3: O rn a M a to LL-PL-PI 2 to a U CLAYEY GRAVEL (GC) - dark brown, brown 7-35-50/6" 32 31-19-12 6 08.0 S WEATHERED LIMESTONE - tan 50/2" 3 50/1.5" 50/1.5" 5 _ 50/0.5" 50/1" :44900.0 50/0.25" 1 C J— LIMESTONE - gray S 50/0.5" 50/0.5" 15— _ i n 50/0.5" 890.0 50/0.25" 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.34 Drilling Method: Continuous Flight Augers Log Project No. B-32 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.730000 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.567500 W End of Day Not Measured QL N w o O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 886.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U SANDY LEAN CLAY (CL) - brown, tan, with limestone fragments 3-4-8 N=12 16 N=38 5—� Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers 14 Plate A.35 Log Project No. B-33 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729860 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.566530 W End of Day Not Measured QL N01 �_ o 0- E L Q ~ a E N R H Stratum Description £_ o Z�o a JO y o C Vyi £ - > •y j y O in w 10s a Approximate Surface Elevation = 910.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U WEATHERED LIMESTONE - tan �( 50/4" 8 5050/01, " 5 0/0" 50/0.25" 10— 50/0" 898.0 LIMESTONE -gray S— _ 50 15—= 50/0" I n i Z c 50/1" 50/0" 2C 890.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.36 Drilling Method: Continuous Flight Augers Log Project No. B-34 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729860 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.565890 W End of Day Not Measured o 0- CIL CI w O ~ C j 2 Nw E U O E N•Ip Q 2 Stratum Description V __ Z o w ._ a o d fn E > L N y "O •y j y O in w 10s Approximate Surface Elevation = 928.0 feet 3: O a rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U / FAT CLAY (CH) - marly, brown, tan, gray, with -%\ /X\ calcareous nodules and ferrous staining 2-4-419 1 8 7 — /28 N=28 5 — 8-13-10 N=23 85 52-18-34 13 1 37 17 N =3 / V 17-11-22 16 �/ //�\ N=33 10— J/ 8-15-18 N- 78 67-19-48 13 -33 _ 15—;;00— J 50/3" 20— X908.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 10 Plate A.37 Log Project No. B-35 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.729850 N While Drilling Not Observed 10-17-23 Longitude At Completion Not Observed -97.565250 W End of Day Not Measured o 0- CIL CI E w O ~ C j 2 V Nw Z E U O N•Ip w ._ Q 2 Stratum Description __ o a o L d fn £ > N y "O •y j y O in w 10s a a�i a�4i M 20 3 Z` c o Approximate Surface Elevation = 942.0 feet 3: O rn a M a to LL-PL-PI 2 to a U —/\ / FAT CLAY (CH) - marly, brown, tan, with calcareous / />(\ nodules and ferrous staining 4-6-7 6, 3 11 J6N=22 000040 22 -10-12 10 11-15-17 9 5 — N=32 13-14-12 96 65-22-43 17 -14- X 50/3.5" 11 10— \ J/ // 7-14-24 13 N=38 15—X— J 50/3" 12 20 - 22.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.38 Drilling Method: Continuous Flight Augers Log Project No. B-36 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.729300 N While Drilling Not Observed 10-19-23 Longitude At Completion Not Observed -97.570900 W End of Day Not Measured o 0- CIL CI E w O ~ C j 2 V Nw Z E U O N•Ip w ._ Q 2 Stratum Description __ o a o L d fn £ > N y "O •y j y O in w 10s a a�i a�4i M 20 3 Z` c o Approximate Surface Elevation = 900.0 feet 3: O rn a M a rn LL-PL-PI 2 to a U —%\ / FAT CLAY (CH) - brown, tan, with calcareous />(\ nodules and ferrous staining 3-5-7 20 N=12 J7N=28 000040 28 -11-17 12 8-8-9 84 52-20-32 12 5 — N=17 _ X 6-10-50/3" 14 892.0 LEAN CLAY (CL) - marly, tan, with limestone / fragments 11-7-5 13 N=12 10 15 4.5+ 3016-14 8 0.0 101 j16-21-50/6" 10 2C / 880.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.39 Drilling Method: Continuous Flight Augers Log B-37 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.729300N While Drilling Not Observed 10-19-23 EST: Longitude At Completion Not Observed -97.570270 W End of Da y Not Measured 0 o 0 „ t 0- QL N w o f c 0 >° � dw N a")r O 01 �E U E a�iu, Q 2 V Stratum Description __ Z o w ._ a o d fn E > L0. N y "O •y j y O in w 10.0 a Approximate Surface Elevation = 914.0 feet 3: O rn a0ia�4i a M RaD a to 0 3 Z` LL-PL-PI 2 to a co U ! CLAYEY SAND (SC) -brown, with limestone fragments N 715 9 5- 10- 7-11-21 35 49-18-31 4 N=32 0.0 WEATHERED LIMESTONE - tan 50/2" 50/1" )2.0 LIMESTONE - gray 50/1" 50/0.5" S— 50/1.5" _ I n i Z c 50/0.5" 50/0.25" 2C 894.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.40 Drilling Method: Continuous Flight Augers Log B-38 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.729300N While Drilling Not Observed 10-19-23 EST: Longitude At Completion Not Observed -97.569630 W End of Day Not Measured o 0 „ t Q- QL N w O~ C 0 j 2 U � Nw N Z a")r O 01 E U O E N•ip Q 2 Stratum Description __ o w ._ a o d fn E > L0. N N -O •N y O in w .0 a Approximate Surface Elevation = 929.0 feet 3: O rn 00i a`4i a M R aD a to 0 3 Z` LL-PL-PI 2 to a c o U ! CLAYEY SAND (SC) -dark brown, brown, with limestone fragments 3--51151 31 27-17-10 3 5- 10- 10-17-50/3" 7 WEATHERED LIMESTONE - tan 50/2" 50/2" LIMESTONE - gray 50/1" 50/0.5" S— _ 50/0.5" 15—= 50/0" I n i Z c 50/0.5" 2C 909.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers Plate A.41 Log Project No. B-39 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729290 N While Drilling Not Observed 10-19-23 Longitude At Completion Not Observed -97.568980 W End of Day Not Measured QL N w o O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 930.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o U / FAT CLAY (CH) - dark brown, brown, with limestone -/X fragments 3--511�4 9 12-14-7 / N=21 5 16-28-42 13 5 —�X N=70 X- marly, tan, with limestone seams J 4.5+ 77 62-17-45 18 0.0 86 '.000 00 918.0 LIMESTONE -gray _ 50/0.5" 15— 50/0.5" Z S 50/0.5" 2C � 910.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.42 Drilling Method: Continuous Flight Augers Log Project No. B-40 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729290 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.568320 W End of Day Not Measured o 0- QL N01 `_ E L Q~ E NR Stratum Description H E_ o Z�o a JO y o cw a N fn £•y - j y O in w 10s Approximate Surface Elevation = 918.0 feet 3: O a rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o U SANDY LEAN CLAY (CL) - brown, tan, with limestone fragments and ferrous staining 4-6-9 N=15 17 719 11 N=31 5-7-12 5 _ N=19 13 / V 9N=27 15 27 12-21-28 N=49 67 36-18-18 15 10 907.0 WEATHERED LIMESTONE - tan 50/1" 50/0.5" 1 J 50/0.5" 2C 898.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.43 Drilling Method: Continuous Flight Augers Log Project No. B-41 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.729300 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed R VNGE N G E -97.567690 W End of Day Not Measured c o a> m CI W y N N r C T a y N O Q ._ O w p F = > 2 V d.+ Z E U Q Q - Stratum Description L> o __ o a fn E > +d-, N .N j N N W Approximate Surface Elevation = 914.0 feet 3.0 co a m a in LL-PL-PI 2 CLAYEY GRAVEL (GC) - dark brown, tan, with limestone fragments and ferrous staining 7-10-50/2" 10 34-21-13 5 12.0 S WEATHERED LIMESTONE - tan 50/2" 50/1" 50/1" 5 _ 50/0.5" 50/1.5" 10 50/0.5" 902.0 LIMESTONE -gray _ 50/0.5" 15— 50/0.5" Z S � 50/0.5" 50/0.25" 894.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers Plate A.44 Log Project No. B-42 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729300 N While Drilling Not Observed 10-18-23 Longitude At Completion Not Observed -97.56641° W End of Day Not Measured d Vl N o N a> y Y „ C t O- E Q 2 Stratum Description __ o a o d fn E L O in w 10s Approximate Surface Elevation = 912.0 feet 3: O a rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to ra c o U j! CLAYEY SAND (SC) - brown, with calcareous 911.0 nodules 3-6-50/0.5" 43 32-20-12 3 WEATHERED LIMESTONE - tan 50/1" 5 50/0" 905.0 LIMESTONE - gray 4p 50/0.5" 10— = 50/0" Z S 50/0. 1 J 50/0" S 50/0.5" � 892.0 50/0" 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.45 Drilling Method: Continuous Flight Augers Log Project No. B-43 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729310 N While Drilling Not Observed 10-18-23 Longitude At Completion Not Observed -97.565770 W End of Day Not Measured CIL CI01 �_ o 0- E L Q ~ a E N R H Stratum Description £_ o Z�o a JO y o C Vyi £ - > •y j y O in w 10s a Approximate Surface Elevation = 934.0 feet O rn 00i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U LEAN CLAY (CL) - brown, tan, with calcareous / nodules and ferrous staining -36 14 13-15-14 9 /\ N=29 9-18-50/3" 13 5 _ marly X 9-25-50/5" 17 ;V �/ 20-50/4" 84 39-14-25 11 10�/� 1/ 10-14-50/0.5" 21-50/6" 2C / 14.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Q 15 Plate A.46 Log Project No. B-44 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.729300 N While Drilling Not Observed 10-18-23 Longitude At Completion Not Observed -97.565110 W End of Day Not Measured CIL CI01 �_ o 0- E L Q ~ a E N R H Stratum Description £_ o Z�o a JO y o C Vyi £ - > •y j y O in w 10s a Approximate Surface Elevation = 954.0 feet 3: O rn 00i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - brown, with calcareous nodules and -%X ferrous staining 6-22-12 N=34 13 JN=11 000040 11 11 5-7-7 N-14 16 13 / 9-50/0.5" 93 51-20-31 16 15—OX— J 14-24-30 20-X934.0 N=54 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 16 Plate A.47 Log Project No. B-45 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728750 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.571570 W End of Day Not Measured o 0- QL N01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y - j y O w10s a Approximate Surface Elevation = 908.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U / CLAYEY GRAVEL (GC) - brown, tan, with limestone —5� yl`71 x fragments and ferrous staining 12 =N 12 11 902.0 WEATHERED LIMESTONE -tan 1 2C 888.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 13-13-17 N=30 20-19-22 N=41 50/1" 50/0" 50/0.5" 50/0" 50/0.5" 50/0" 50/2" 50/1" 39 37-17-20 5 6 Plate A.48 Log Project No. B-46 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728760 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.570910 W End of Day Not Measured R VNGE N G E o 0 Q >, a> a L N y remit O a") � r = '— L Q ~ Q 0 .- dip Stratum Description H 0� Z o a Mo 'QJ a a£ N £ L> w .y CD N to H C 1p N W Approximate Surface Elevation = 908.0 feet 3.0 of a M a in LL-PL-PI LEAN CLAY (CL) - brown, with calcareous nodules 3-2-6 N=8 12= N12 7-10-10 71 5_ gx N=20 902.0 WEATHERED LIMESTONE - tan 50/6" 50/1" 50/0" 1 C MI 2C :�, 888.0 Boring Terminated at Approximately 20 Feet 50/1" 50/0.5" 50/1" 50/0.25" aw _ a a c at E U � yw C V) — C N O O 2 to a UU 14 8 35-15-20 9 7 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.49 Drilling Method: Continuous Flight Augers Log Project No. B-47 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728720 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.57027° W End of Day Not Measured ? d Vl N o N a> y Y „ C t O- E Q 2 > C U Stratum Description N w' __ Z o w E a U o N V1 d fn E L O in w 10s a Approximate Surface Elevation = 920.0 feet 3: O rn a�i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to ra c o U CLAYEY GRAVEL (GC) - brown, tan, with limestone 7-20-24 919.0 fra gents and ferrous staining N=44 19 28-18-10 3 WE�THERED LIMESTONE - tan G 0 908.0 LIMESTONE - gray S— ` =i 15—= I n i Z c 2C 900.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 50/1" 50/0" 50/1" 50/0" 50/0.5" 50/0" 50/0.5" 50/0" Plate A.50 Log Project No. B-48 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728750 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed R VNGE N G E -97.569660 W End of Day Not Measured c o a> m CI W y N N r C T a y N O Q ._ O w p F = > o V d.+ Z E U Q Q - Stratum Description L> o_ o a N CD E m +� v1 H C iv .y > H w W Approximate Surface Elevation = 935.0 feet 3.0 of a m a in LL-PL-PI 2 —% FAT CLAY (CH) - brown, tan, with calcareous nodules and ferrous staining J/ 5 / - marly, tan, gray, with ferrous staining J 10— J/ 921.5 LIMESTONE -gray 15— _ 20 T 915.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Plate A.51 Log Project No. B-49 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728750 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.568980 W End of Day Not Measured R VNGE N G E o a> � � � 2 a L N y d O remit a")Q � .y+ E a 2 > Stratum Description L> V w+ Z o a M o a J N E w 0 .y CD N to H C l4 � W Approximate Surface Elevation = 942.0 feet 3.0 vai a M a in LL-PL-PI LEAN CLAY (CL) - brown, tan, with calcareous nodules and ferrous staining 3-4-6 N=10 11N=26 5 26 aw _ a a c a� E U Z yw — G C N O 2 to a UU 19 10 5—% 18-24-50/1" 75 46-19-27 11 X marly, tan, gray, with ferrous staining 8 -10-15 25= N 25 6N=35 35 10 928.5 LIMESTONE - gray = 24-50/6" 50/2" 2C T 922.0 50/0" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 17 17 Is Plate A.52 Log B-50 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728730 N While Drilling Not Observed 10-19-23 Longitude At Completion Not Observed -97.568380 W End of Day Not Measured CIL CI w O ~ C j 2 Nw o E U O 0- E N•Ip Q 2 Stratum Description V __ Z o w ._ a o d fn E > w L N 10s a y "O •y j M y Z` O c o in Approximate Surface Elevation = 936.0 feet 3: O rn a�i a�4i a M 20 a rn LL-PL-PI 2 3 to a U LEAN CLAY (CL) - brown, tan, with calcareous 3-6-6 / nodules and ferrous staining N=12 13 - marly, tan, with limestone fragments 113 N=21 11 �N=16 5 - 16 75 48-18 30 9 / V 92 7 N =2 19 14-50/6" 17 10 1/ 17 N=14 / / - transitions to dark gray 50/6" 18 2C 16.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.53 Drilling Method: Continuous Flight Augers Log Project No. B-51 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728750 N While Drilling Not Observed 10-19-23 Longitude At Completion Not Observed -97.567690 W End of Day Not Measured QL N w o O 0- E O ~ C Q 2 j 2 Stratum Description V Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s Approximate Surface Elevation = 928.0 feet 3: O a rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` rn a c o U LEAN CLAY (CL) - brown, tan, with calcareous nodules and ferrous staining 2-50/4" 19 marly, tan, gray, with limestone fragments 1 0 6 38 N=38 11-8-10 5 N=18 88 361719 15 z X 50/4" 18 920.0 LIMESTONE -gray 50/2" 1 C 50/1" Z _ 50/1.5" 15— _ 50/0.5" Z S � 50/1" 50/0" 908.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.54 Drilling Method: Continuous Flight Augers Log Project No. B-52 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728760 N While Drilling Not Observed 10-19-23 Longitude At Completion Not Observed -97.567040 W End of Day Not Measured d CL w W o N a> „ t 01 O 0- E O ~ Q 2 C j 2 Stratum Description V Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s Approximate Surface Elevation = 914.0 feet 3: O a rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` rn a c o U LIMESTONE - tan, occasional clayey - XWEATHERED seams 50/5.5" 29 42-23-19 8 50/1" 5 50/0" 908.0 LIMESTONE - gray S 50/0.5" 1 C 50/0" S 50/1" 15— 50/0.25" S Z 50/1.5" 2C � 894.0 50/0" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.55 Drilling Method: Continuous Flight Augers Log Project No. B-53 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728750 N While Drilling Not Observed 10-18-23 Longitude At Completion Not Observed -97.56640° W End of Day Not Measured R VNGE N G E o a> w 2 a N y d N O a")Q � r = '- E a 2 > Stratum Description L> V w+ Z o a M o a J N E w .y CD N y H C l4 > CD N W Approximate Surface Elevation = 916.0 feet 3.0 vai a M a in LL-PL-PI j LEAN CLAY (CL) - brown, with limestone fragments 3-4-5 N=9 /�X 913.0 18-50/4" WEATHERED LIMESTONE -tan 50/0.25" 5 50/0" 909.0 LIMESTONE - gray 50/1" 10—=� 50/1" Z S 50/0. 1 J 50/0" S 50/0.5" 2C � 896.0 50/0" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers aw _ a >Z c � c U Z yw — G C N O 2 to a UU 99 0 Plate A.56 Log Project No. B-54 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728750 N While Drilling Not Observed 10-18-23 Longitude At Completion Not Observed -97.565760 W End of Day Not Measured CIL CI w o O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O w10s a Approximate Surface Elevation = 937.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` rn a c o U LEAN CLAY (CL) - brown, tan, with calcareous 2-3-516 :t�x' nodules and ferrous staining 6-6-14 N-20 12 14 18 7-11-50/3" 77 52-21-31 18 J -50,17 50/4" 20 17.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 14 Plate A.57 Log Project No. B-55 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728740 N While Drilling Not Observed 10-18-23 Longitude At Completion Not Observed -97.565120 W End of Day Not Measured R VNGE N G E o 0 Q >, a> a L N y r�ir O a") � r = '— L Q ~ Q 0 .- dip Stratum Description H 0� Z o a Mo 'QJ a a£ N £ L> w .y CD N w y H C 1p Approximate Surface Elevation = 957.0 feet 3.0 vai a M a in LL-PL-PI LEAN CLAY (CL) - brown, tan, with calcareous nodules and ferrous staining 6-50/6" 4-3-4 N=7 _ 44 5 N=8 951.0 —/ FAT CLAY (CH) - marly, tan, with limestone fragments 8-50/3" J X / X 8-26-50/4" 10— 8-10-19 N=29 15 F J - transitions to dark gray 12-19-50/3" 20 37.0 Boring Terminated at Approximately 20 Feet aw _ a a c CID E U � yw C V) — C N O O 2 to a UU 13 7 6 12 52-20-32 15 19 IN Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.58 Drilling Method: Continuous Flight Augers Log B-56 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.728190N While Drilling Not Observed 10-20-23 EST: Longitude At Completion Not Observed -97.571550 W End of Day Not Measured o 0 „ t 0- QL N w o f c 0 >° � dw N a")r O 01 �E U E a�iu, Q 2 V Stratum Description __ Z o w ._ a o d fn E > L0. N y "O •y j y O in w 10.0 a Approximate Surface Elevation = 922.0 feet 3: O rn a0ia�4i a M RaD a rn 0 3 Z` LL-PL-PI 2 cn a co U CLAYEY SAND (SC) - tan, with limestone fragments 6-8-10 3 N=18 llllll�!/ X 16-31-50/3" 49 29-18-11 4 5- 10- 8.0 WEATHERED LIMESTONE - tan 50/2" 50/1" 0.0 LIMESTONE - gray 50/1.5" 50/0.5" S- 50/1" 50/0.25" 15— _ I n i Z c 50/0.5" 50/0.25" 2C 902.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.59 Drilling Method: Continuous Flight Augers Log B-57 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.728200N While Drilling Not Observed 10-20-23 EST: Longitude At Completion Not Observed -97.570920 W End of Day Not Measured QL N 0 � �+ o N 0 „ t a")r O 01 0- E L .0 ~ a E Q O .- N R H Stratum Description L £ o Z d J y C Vyi E > L •y j y O in w 10s a Approximate Surface Elevation = 923.0 feet 3: O rn 00i a�4i a M R aD a rn 0 3 Z` LL-PL-PI 2 cn a c o U ! CLAYEY SAND (SC) - tan, with limestone fragments 16-38-50/5" 24 33-18-15 3 M 9.0 WEATHERED LIMESTONE - tan 5.0 LIMESTONE - gray 50/6" 3 50/1" 1 C 50/0.5" Z 5 5" _ /0. I n i Z c =4f 50/0.25" 50/0.25" 903.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.60 Drilling Method: Continuous Flight Augers Log Project No. B-58 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728190 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.570260 W End of Day Not Measured R VNGE N G E o a> � � � a L N y O r�ir a")Q � .y+ = '— a 2 Stratum Description L> o= o a J N E w: 0 .y CD y y H c tv > w W Approximate Surface Elevation = 923.0 feet 3.0 of a M a in LL-PL-PI j LEAN CLAY (CL) - dark brown, tan, with limestone fragments 3-6-9 / N=15 aw _ a a c a� E U Z yw — G C N O 2 to a UU 17 920.0 18-50/3" 32 50-20-30 3 WEATHERED LIMESTONE - tan 50/1" 5 50/0.5" 50/1.5" 40 10 50/0.5" 911.0 LIMESTONE -gray S— _ 50/0.5" 15— 50/0.5" Z S 50/0.25" 2C � 903.0 50/0" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Drilling Method: Continuous Flight Augers Plate A.61 Log B-59 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728210 N While Drilling Not Observed 10-23-23 Longitude At Completion Not Observed -97.569630 W End of Day Not Measured CIL CI w O ~ C j 2 Nw o E U O 0- E N•Ip Q 2 Stratum Description V __ Z o w ._ a o d fn E > w L N 10s a y "O •y j M y Z` O c o in Approximate Surface Elevation = 943.0 feet 3: O rn a�i a�4i a M 20 a rn LL-PL-PI 2 3 rn a U LEAN CLAY (CL) - brown, tan, olive brown, with 4-6-7 / calcareous nodules and limestone seams N=13 15 /\ 6-6-7 N=13 14 5-� N=13 13 82 46 18 28 11 / V N 92 8 =2 17 // //�\ 4/l/N 10-16-50/1.5" 18 1 1/ 15-284 14 N-5 / 20-22-29 N=51 19 23.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.62 Drilling Method: Continuous Flight Augers Log Project No. B-60 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728190 N While Drilling Not Observed 10-23-23 Longitude At Completion Not Observed -97.568960 W End of Day Not Measured R VNGE N G E o 0 Q 2 a L N y d r�ir O a") � r = '— E a 2 > Stratum Description L> V w+ Z o= o a J N E w 0 .y CD N y H C l4 > w W Approximate Surface Elevation = 959.0 feet 3.0 vai a M a in LL-PL-PI / FAT CLAY (CH) - brown, tan, olive brown, with calcareous nodules 2-16-14 —%\ /X\ N=30 J 000040 50/6" 7-4-14 5 — N=18 5710 J/X -transitions to with limestone and dark N=17 / gray gray seams 4-6-11 91 N=17 10— J/ _// 10-22-30 15—X— N=52 J 17-23-35 N=58 -X939.0 20 Boring Terminated at Approximately 20 Feet aw _ a a c a� E U Z yw — G C N O 2 to a UU 10 7 6 16 56-19-37 21 13 IN Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.63 Drilling Method: Continuous Flight Augers Log Project No. B-61 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728190 N While Drilling Not Observed 10-23-23 Longitude At Completion Not Observed -97.568340 W End of Day Not Measured o a> „ t 0- N y, �_ N Q, r O 01 E L Q ~ E N R Stratum Description H £_ o Z�o a JO y o C Vyi a N fn £•y j y O in w 10s Approximate Surface Elevation = 956.0 feet 3: O a rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` rn a c o U / / FAT CLAY (CH) - brown, tan, olive brown, with -/\ /X\ calcareous nodules 0-9-7 96 6 -10-12 8 J8N=22 000040 22 5 — 8-13-13 N=26 86 57-17-40 11 102 14 � J/ 23 N=23 / V 5-8-12 18 �/ /\ N=20 10— J/ —// J/ - transitions to gray and dark gray with limestone seams X 18-16-50/5.5" 15 15— � J X936.0 50/6" 14 20— Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.64 Drilling Method: Continuous Flight Augers Log B-62 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728190 N While Drilling Not Observed 10-23-23 Longitude At Completion Not Observed -97.567690 W End of Day Not Measured CIL CI01 `_ o 0- E L Q~ E NR Stratum Description H E_ o Z�o a JO y o cw a N fn £•y - j y O o in w 10s Approximate Surface Elevation = 942.0 feet 3: O a rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` rn a c U LEAN CLAY (CL) - brown, tan, olive brown, with 2-4-8 / calcareous nodules N=12 12 8-8-9 N=17 95 49-17-32 13 6-16-22 5 _ N=38 38 / V 1 N=51 5 51 15 / //�\ 4/l/N N=37 10�/� - transitions to gray and dark gray with limestone seams 1 7 - N=34 22 10-9-10 N=19 28 2C 22.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.65 Drilling Method: Continuous Flight Augers Log B-63 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas _ Latitude Water Level Observations (feet) Date E N G E E R I N G 32.728190N While Drilling Not Observed 10-19-23 EST: Longitude At Completion Not Observed -97.567020 W End of Day Not Measured QL N 0 � o N 0 „ t a")r O 01 0- E L .0~ E N R H Stratum Description £ o Z y o J C Vyi a N fn £•y - j y O o in w 10s a Approximate Surface Elevation = 920.0 feet 3: O rn 00i a�4i a M R aD a to 0 3 Z` LL-PL-PI 2 to a c :) U j LEAN CLAY (CL) - brown, tan, with limestone fragments and ferrous staining 3-6-4 / N=10 YX WEATHERED LIMESTONE - tan )8.0 LIMESTONE - gray 13 0 50/51, 4 35-15-20 1 50/1" 50/0" 50/0.5" 50/0" S— _ 50/0.5" 15— _ 50/0" Z S 50/0.75" 2C � 900.0 50/0" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.66 Drilling Method: Continuous Flight Augers Log Project No. B-64 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728190 N While Drilling Not Observed 10-19-23 Longitude At Completion Not Observed R VNGE N G E -97.56640° W End of Day Not Measured c o a> m d V1 N N y r C Q L afE ~O . Stratum Description N R �> L E _N o Z J N = - > L N 8 > T) N W Approximate Surface Elevation = 922.0 feet 3.0 vai a m a in LL-PL-PI 2 0 —%X FAT CLAY (CH) - brown, tan, with limestone fragments and ferrous staining 3-4-6 2 N=10 J 3-10-16 / N=26 916.0 WEATHERED LIMESTONE - tan 910.0 LIMESTONE - gray 15— Z S 2C � 902.0 Boring Terminated at Approximately 20 Feet 8-7-7 N=14 50/2" 50/0" 50/1" 50/0" 50/0.5" 50/0" 50/0.5" 50/0" 60-24-36 1 10 12 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.67 Drilling Method: Continuous Flight Augers Log B-65 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728190 N While Drilling Not Observed 10-23-23 Longitude At Completion Not Observed -97.565770 W End of Day Not Measured CIL CI01 `_ o 0- E L Q~ a E Stratum Description NR H E_ o Z�o a JO y o cw N fn £•y - w 10s a j M y Z` O c o in Approximate Surface Elevation = 944.0 feet 3: O rn 00i a�4i a M 20 a rn LL-PL-PI 2 3 rn a U LEAN CLAY (CL) - brown, tan, olive brown, with 3-6-15 / calcareous nodules N=21 14 7-8-11 7 /\ N=19 9N=20 5 — 20 90 39 16 23 10 / V 14-22 0 N=6 16 / //�\ 4/l/N N=53 10�/� - transitions to gray and dark gray with limestone 1/ seams 14-50/4" 14 / 17-28-50/5.5" 16 2C 24.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.68 Drilling Method: Continuous Flight Augers Log B-66 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728190 N While Drilling Not Observed 10-24-23 Longitude At Completion Not Observed -97.565140 W End of Day Not Measured N y, `_ o N a> Q, r „ O t 01 0- E L Q~ a E Stratum Description NR H E_ o Z�o a JO y o cw N fn £•y w 10s a j M y Z` O c o in Approximate Surface Elevation = 962.0 feet 3: O rn 00i a�4i a M 20 a rn LL-PL-PI 2 3 rn a U LEAN CLAY (CL) - brown, tan, olive brown, with calcareous nodules and limestone seams 5-20-50/3.5" 7 /\ 7-14-11 N=25 7 7 9 11 5-� N=20 7 / X 12-12-14 N=26 87 36-16-20 14 / 4/l/N 73 22 N =38 10�/� 1/ 10-26 18 N-66 12-25-36 N=61 15 42.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.69 Drilling Method: Continuous Flight Augers Log Project No. B-67 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727620 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed -97.572190 W End of Day Not Measured QL N01 �_ o 0- E L Q ~ a E N R H Stratum Description £_ o Z�o a JO y o C Vyi N fn £•y - j y O in w 10s a Approximate Surface Elevation = 923.0 feet 3: O rn 00i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to a c o U CLAYEY GRAVEL (GC) - dark brown, tan, with 10-50/3" 23 38-20-18 10 22.0 limestone fra ments �IMESTONE WEATHERED - tan, gray, occasional _ clay seams 50/2" 5 50/1" 50/0.5" 10 50/0.25" 50/2.25" 15— — 50/1" 907.0 LIMESTONE -gray n i Z c 50/0.75" 2C 903.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.70 Drilling Method: Continuous Flight Augers Log Project No. B-68 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727630 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed -97.571560 W End of Day Not Measured R VNGE N G E � >, � � a> a L y r�ir o N O a> a")Q � .y+ = '— L Q ~ a £ Q 0 .- Stratum Description d ip L H E o = Z �= 'O" J a N 1= > w: .y CD N y W Approximate Surface Elevation = 936.0 feet y 3.0 H of c tp a M a in LL-PL-PI SANDY LEAN CLAY (CL) - brown, tan, olive brown, with limestone seams 2-3-5 N=8 346 aw _ a a c CID E U � yw C V1 — C N O O 2 to a UU 32 Ix— N=10 58 38-15-23 14 5 — N=15 20 15 X 15-50/1" 6 7-9-14 33 // N=23 10�/� / 923.0 LIMESTONE - gray 50/0.5" 1 J 50/0.5" Z i 50/0.75" 2C = 916.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Plate A.71 Log Project No. B-69 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727620 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed -97.570880 W End of Day Not Measured ? o 0- QL N01 �_ E L Q ~ a E N R Stratum Description H £_ o Z�o a JO y o C Vyi - N fn £•y j y O in w 10s Approximate Surface Elevation = 936.0 feet O a rn 00i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - brown, tan, olive brown, with —%X limestone seams and ferrous staining 2-4-6 N=10 23 14 JN=10 000040 10 7-9-11 13 5 — N=20 7-50/2" 5 _ J/ / X �/ 6-6-9 N=15 80 67-25-42 22 10— J/ 924.0 LIMESTONE -gray 50/0.5" _ 50/0.25" 15— _ Z S � 50/1" 50/0.5" 916.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.72 Drilling Method: Continuous Flight Augers Log Project No. B-70 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727630 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed R VNGE N G E -97.570260 W End of Day Not Measured c o a> m CI T W aL y N O N r C Oy La Q E ~ Q .O Stratum Description N R �> E_ o Z J N N £ - L w .y CD T) w N W Approximate Surface Elevation = 930.0 feet to 3.0 H of C l4 a m > a in LL-PL-PI 2 —/\ / FAT CLAY (CH) - dark brown, tan, with calcareous / />(\ nodules 11-7-4 21 N=11 J 3-5-12 2 57-16-41 21 / N=17 8 -M 10-6 15-11-6 22 N=17 923.0 50/2" 13 WEATHERED LIMESTONE - tan, occasional clay seams 1 J'� 915.0 LIMESTONE - gray �i 2C T 910.0 Boring Terminated at Approximately 20 Feet 50/0.5" 50/0.25" 50/1" 50/0.25" 50/0.25" 50/0.25" Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.73 Drilling Method: Continuous Flight Augers Log Project No. B-71 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727630 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed -97.569620 W End of Day Not Measured CIL CI01 �_ o 0- E L Q ~ E Stratum Description N R H £_ o Z�o a JO y o C Vyi a £ - > •y j y O o in w Approximate Surface Elevation = 952.0 feet 10s 3: O a rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` rn a c U FAT CLAY (CH) - dark brown, tan, olive brown, gray, —%X trace calcareous nodules and ferrous staining 2-2-3 19 JN=10 000040 10 22 6-9-11 16 5 — N=20 9N=22 22 99 60-21-39 19 / X 13-50/3" 15 10— \ J/ _// 7-14-25 20 15—X— N=39 J - shaley, dark gray, occasional limestone seams 50/4" 20 32.0 20-X Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.74 Drilling Method: Continuous Flight Augers Log Project No. B-72 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727620 N While Drilling Not Observed 10-26-23 Longitude At Completion Not Observed -97.568980 W End of Day Not Measured R VNGE N G E o a> � >, � � a> a L N y remit O a")Q � .y+ = '— L Q £ ~ Q 0 .- d ip Stratum Description H 0 Z o = �o 'O" J a a N £ L > w .y CD N to H C 1p N W Approximate Surface Elevation = 972.0 feet 3.0 vai a M a in LL-PL-PI —%X FAT CLAY (CH) - brown, tan, olive brown, with limestone seams 3-12-12 N=24 J 000040 50/2" 5 _ 50/11, _ 9-35-50/4" /X 7-12-14 —/ N=26 10— J/ X50/3" 15— � J 13-50/1.5" 20-- 52.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers aw _ a a c � c U Z yw C V/ — C N O O 2 to a UU Plate A.75 Log Project No. B-73 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727640 N While Drilling Not Observed 10-26-23 Longitude At Completion Not Observed -97.568340 W End of Day Not Measured o a> ;; t 0- N y, N Q, r O 01 E L Q ~ a H �_ Z�o a JO N R £_y E Stratum Description o o C Vyi •y j y O £ > in w 10s a a�i a�4i R 20 3 Z` c o Approximate Surface Elevation = 968.0 feet 3: O rn a M a to LL-PL-PI 2 to a U —%X FAT CLAY (CH) - brown, tan, olive brown, with limestone seams 3-6-6 20 N=12 3 —=7 000040 N 22 5-5-12 97 67-25-42 19 5 — N=17 9N=25 18 //� 25 X 12-50/5" 21 10— \ J/ /// X 50/4" 10 15— 0 J 20-X48.0 Boring Terminated at Approximately 20 Feet 10-50/2" 14 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.76 Drilling Method: Continuous Flight Augers Log Project No. B-74 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727650 N While Drilling Not Observed 10-26-23 Longitude At Completion Not Observed R VNGE N G E -97.567700 W End of Day Not Measured c o a> m w CI T p W y a y N d.+ N O N r C Q ._ O E U Q F Q = - Stratum Description >2 L> U o __ Z o a fn E N .N j N w W Approximate Surface Elevation = 950.0 feet +d-, 3.0 of a � a in LL-PL-PI 2 FAT CLAY (CH) - brown, tan, olive brown, gray, with �.00 94 57-27-3036 -� limestone seams 3-15-10 / N=25 17 5-7-8 18 5 — N=15 4=14 25 _ N14 J/ / V KI=0 90 60-22-38 19 N-29 10— J/ 16-17-30 X N=47 15—�— J 8-50/4" 20- X930.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers IVA 17 u a � t a 01 � Z ao O Q 3 Z` c o to ra U 1.1 86 Plate A.77 Log Project No. B-75 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727640 N While Drilling Not Observed 10-26-23 Longitude At Completion Not Observed -97.567050 W End of Day Not Measured o 0- QL N01 `_ E L Q~ a E NR H Stratum Description E_ o Z�o a JO y o cw N fn £•y - j y O w10s a Approximate Surface Elevation = 928.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U CLAYEY GRAVEL (GC) - brown, tan, olive brown, J with limestone seams N3� 29 54-26 9 N=40 5 � 7-8-10 N=18 49 41-18-23 6 26 N=10 10 61� 6-50/1 " 16 0 915.0 LIMESTONE - gray n i 2C = 908.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 50/1" 50/0.25" 50/0.25" 50/0.25" Plate A.78 Log Project No. B-76 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727640 N While Drilling Not Observed 10-24-23 Longitude At Completion Not Observed -97.56641° W End of Day Not Measured o a> „ t O- d T Vl 0).2 a N N N O y Y = ._ C O .O 3O E -o2 L Q ~ E N R Stratum Description HZ�oa o J N o a £ > 'y j y O in w 10s Approximate Surface Elevation = 931.0 feet O a rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U / FAT CLAY (CH) - brown, tan, olive brown, with —%\ /X\ calcareous nodules 3-5-8 N=13 17 -10-13 12 J8N=23 000040 23 5 — 9-7-10 N=17 93 51-21-30 16 8-9-19 21 N=28 X 22-50/2.5" 10 10— \ J/ _// —12 X 20-7-9 27 15—�— N=16 - transitions to dark gray 913.0 Boring Terminated at Approximately 18 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.79 Drilling Method: Continuous Flight Augers Log B-77 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727650 N While Drilling Not Observed 10-24-23 Longitude At Completion Not Observed -97.565770 W End of Day Not Measured CIL CI w O ~ C j 2 Nw o E U O 0- E N•Ip Q 2 Stratum Description V __ Z o w ._ a o d fn E > w L N 10s a y "O •y j R y Z` O c o in Approximate Surface Elevation = 950.0 feet 3: O rn a�i a�4i a M 20 a to LL-PL-PI 2 3 to a U SANDY LEAN CLAY (CL) - brown, tan, olive brown, with calcareous nodules 9-50/3" 13 7N= 5 33 5-� 15-10-11 N=21 69 38-16-22 7 / V 5-7-13 19 N=20 N=22 / 10 9-15-39 17 N-54 15 / - transitions to gray and dark gray with limestone seams / 13-23-50/4" 19 2C 30.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.80 Drilling Method: Continuous Flight Augers Log Project No. B-78 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727080 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.572200 W End of Day Not Measured R VNGE N G E Q >, a> a y remit o N O a> a") � .y+ = '— L a Q ~ £ Q 0 .- Stratum Description d ip L H E o = Z �o 'O" J a N £ > w .y CD N N W Approximate Surface Elevation = 942.0 feet to 3.0 H ran C 1p a M a in LL-PL-PI SANDY LEAN CLAY (CL) - dark brown, tan, with / calcareous nodules and ferrous staining 2-2-3 N=5 3-3-6 N=9 8-11-15 5 — � N=26 26 11 18 10 aw _ a a c at E U � yw C V/ — C N O O 2 to a UU 25 16 20 AN=28 64 39-14-25 12 4/1'x N=14 1 927.5 50/3" 18 15 FAT CLAY (CH) - shaley, dark gray, occasional light gray limestone seams J — / 50/11, 8 2C / 922.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Plate A.81 Log Project No. B-79 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727080 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.571550 W End of Day Not Measured CIL CI01 �_ o 0- E L Q ~ a E Stratum Description N R H £_ o Z�o a JO y o C Vyi N fn £•y - j y O in w Approximate Surface Elevation = 956.0 feet 10s 3: O a rn 00i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` rn a c o U / FAT CLAY (CH) - dark brown, tan, with calcareous />(\ -%\ nodules and ferrous staining 2-3-329 / 13= N 13 20 5 —� NA 6 X 5-6-10 N=16 95 61-24-37 15 /� J/ 1 1 / V 15-16-12 21 �/ N=28 10— J/ X21-50/3" 13 15—000, - shaley, dark gray, occasional light gray limestone _ 0 seams 31/6" 20 Z0i 936.0 50/4" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.82 Drilling Method: Continuous Flight Augers Log Project No. B-80 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727090 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.570910 W End of Day Not Measured R VNGE N G E � � � 2 a L y remit d o N O a> a")Q � .y+ E a 2 Stratum Description > L> V w+ o= Z o a J N E w 0 .y CD w N W Approximate Surface Elevation = 956.0 feet to 3.0 H of C l4 a M > a in LL-PL-PI / FAT CLAY (CH) - dark brown, tan, with calcareous />(\ —%\ nodules and ferrous staining 2-3-4 N=7 / 14= N 14 458 aw _ a a c a� E U Z yw — G C N O 2 to a UU 28 17 90 54-17-37 15 5 — N=13 6-8-12 19 //� N=20 X 007-10-15 22 —/ N=25 10— J/ _X J - shaley, dark gray, occasional light gray limestone 42/6" seams 50/5" _X 50/2" 20� 36.0 50/1" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.83 Drilling Method: Continuous Flight Augers Log Project No. B-81 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727080 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.570270 W End of Day Not Measured R VNGE N G E o a> � >, � � a> a L N y r�ir O a")Q � .y+ = '— L Q ~ Q 0 .- d ip Stratum Description H 0� Z o a Mo 'O" J a a£ N £ L> w .y CD N y H C 1p N W Approximate Surface Elevation = 944.0 feet 3.0 vai a M a in LL-PL-PI LEAN CLAY (CL) - dark brown, tan, with calcareous nodules and ferrous staining 3-4-5 N=9 10-15-15 /\ N=30 2-3 5 _ / N=9 V 2-4-5 2267 aw _ a a c CID E U � yw C V/ — C N O O 2 to a UU 20 20 27 23 �80 A N=13 41-15-26 17 932.0 000r, FAT CLAY (CH) - shaley, dark gray, occasional light gray limestone seams 15-18-34 N=52 / 2C /i 924.0 Boring Terminated at Approximately 20 Feet 50/2" 50/0.25" Material boundaries are approximate; in situ, transitions may be qradual. Driller: Phillip - TSS Plate A.84 Drilling Method: Continuous Flight Augers Log Project No. B-82 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727080 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.569620 W End of Day Not Measured o 0- CIL CI01 E L Q ~ a H �_ Z�o a JO N R £_y E - Stratum Description o o C Vyi N fn £•y j y O in w 10s a a�i a�4i R 20 3 Z` c o Approximate Surface Elevation = 957.0 feet 3: O rn a M a rn LL-PL-PI 2 rn a U -/\ / FAT CLAY (CH) - dark brown, brown, tan, with / /X\ calcareous nodules 0-4 � 28 3 —=9 000040 N 20 3-7-9 16 5 — N=16 7=95 60 20 40 16 � N1616 J/ / X 5-5-9 24 / N=14 10— J/ 11-13-22 19 X N=35 15—�— J / - shaley, dark gray 17-50/1.5" 17 20� 37.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.85 Drilling Method: Continuous Flight Augers Log Project No. B-83 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727070 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.568980 W End of Day Not Measured CIL CI w o O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 974.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` rn a c o U CLAY (CH) - dark brown, brown, tan, with XFAT calcareous nodules and limestone seams -2113 18 50/1" 50/1" 50/1" 5 50/0.25" J 6-50/1" 78 55-23-32 28 10 001- x 8-15-50/2" 15— X /—\ J 50/5" 20—X 54.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 25 22 Plate A.86 Log Project No. B-84 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727080 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.568340 W End of Day Not Measured CIL CI w y, o N a> Q, r „ O t 01 O 0- E O ~ Q 2 C Stratum Description j 2 V Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w Approximate Surface Elevation = 971.0 feet 10s 3: O a rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U / SANDY FAT CLAY (CH) - dark brown, brown, tan, —% /x\ with calcareous nodules and limestone seams 6-18-16 N=34 8 50/5" 9 J / / 40/" 5 — 50/3" OF —I //� 38-15-13 -15- 66 52-21-31 14 J/ /7-11-19 X 24 / 10— N=30 J/ X14-50/2.5" 18 15— � J 40-18-33 N=51 18 20-- 51.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.87 Drilling Method: Continuous Flight Augers Log B-85 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727100 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.567690 W End of Day Not Measured CIL CI01 `_ o 0- E L Q~ a E Stratum Description NR H E_ o Z�o a JO y o cw N fn £•y - w 10s a j R y Z` O c o in Approximate Surface Elevation = 954.0 feet 3: O rn a�i a�4i a M 20 a rn LL-PL-PI 2 3 to a U LEAN CLAY (CL) - dark brown, brown, tan, with 3-6-6 / calcareous nodules and limestone seams N=12 24 3-5-5 N=10 89 42-20-22 22 4-8-12 5 _ N=20 20 / V N 72 9 =2 14 / //�\ 4/l/N 2 22 N1 =23 10�/� 1/ 9N=29 19 / / shaley, dark gray 10-21-50/3" 18 2C 34.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. o 0 Driller: Chester -TSS Plate A.88 Drilling Method: Continuous Flight Augers Log Project No. B-86 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727090 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.567050 W End of Day Not Measured R VNGE N G E o 0 Q 2 a L N y d r�ir O a") � r = '— E a 2 > Stratum Description L> V w+ Z o= o a J N E w 0 .y CD N y H C l4 > W Approximate Surface Elevation = 938.0 feet 3.0 of a M a in LL-PL-PI LEAN CLAY (CL) - dark brown, brown, tan, with calcareous nodules and limestone seams 2-4-4 N=8 3-3-4 N=7 5 — N=14 71 14 X 50/2" 7N=29 / 29 10 1/ 50/5" 922.0 LIMESTONE - gray, occasional dark gray shale _= seams 50/1" 2C � 918.0 50/0.25" Boring Terminated at Approximately 20 Feet aw _ a a c a� E U Z yw — G C N O 2 to a UU 27 20 48-16-32 16 10 17 lip Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.89 Drilling Method: Continuous Flight Augers Log Project No. B-87 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.727080 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.566400 W End of Day Not Measured CIL CI01 �_ o 0- E L Q ~ E N R Stratum Description H £_ o Z�o a JO y o C Vyi a N fn £•y - j y O in w 10s Approximate Surface Elevation = 942.0 feet 3: O a rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U / FAT CLAY (CH) - dark brown, brown, tan, gray, with -%\ /X\ calcareous nodules and limestone seams 2-3-424 J / 2-6-10 N=16 89 57-17-40 19 7-12-11 12 5 — N=23 13-50/3.5" 18 _ X 7-11-50/3" 20 10— \ J/ J 50/4.5" 50/2.5" 15— — 16-18-30 22.0 N=48 20 20-- Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.90 Drilling Method: Continuous Flight Augers Log Project No. B-88 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.727070 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.565760 W End of Day Not Measured o Q- CIL CI01 E L Q~ O NR H E`� Z d J y cw a E Q .- Stratum Description L o __ �= a ; o L N fn E > N N -O •N y O in w a 00i a`4i M 20 3 Z` c o Approximate Surface Elevation = 958.0 feet 3: O rn a M a rn LL-PL-PI 2 to a U -%\ / FAT CLAY (CH) - dark brown, brown, tan, gray, with /X\ calcareous nodules and limestone seams 21-50/1" 34 3 —=8 000040 N 19 5 _ 3-3-50/5" 20 _ 27-50/3" 15 / V 26-15-41 16 �/ //�\ N=56 10— J/ 8-13-18 17 X N=31 15—�— J — 15-18-22 N=40 88 54-20-34 16 20-- 38.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Plate A.91 Log Project No. B-89 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.726540 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.572180 W End of Day Not Measured R VNGE N G E � >, � � a> a L y remit o N O a> a")Q � .y+ = '— L a Q ~ £ Q 0 .- Stratum Description d ip L H E o = Z �o 'O" J a N £ > w .y CD w N W Approximate Surface Elevation = 960.0 feet to 3.0 H of C 1p a M a in LL-PL-PI LEAN CLAY (CL) - dark brown, brown, tan, gray, with calcareous nodules and ferrous staining 3-4-4 N=8 3-4-7 /\ N=11 3-7-13 5 _ N=20 / 7712 aw _ a a c at E U � yw C V/ — C N O O 2 to a UU 16 19 17 AN=19 90 48-17-31 13 4/1'x N=15 22 15 10�/� 1/ 1 N=36 150 15 / N-36 - shaley, brown and light gray 27-50/6" 14 2C / 40.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers Plate A.92 Log Project No. B-90 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.726520 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.571550 W End of Day Not Measured R VNGE N G E o 0 Q >, a> a L N y remit O a") � r = '— L Q £ ~ Q 0 .- dip Stratum Description H 0 Z o = �o 'QJ a a N £ L > w .y CD N to H C 1p w W Approximate Surface Elevation = 976.0 feet 3.0 of a M a in LL-PL-PI -%\ / FAT CLAY (CH) - dark brown, brown, tan, gray, with /X\ calcareous nodules and limestone seams 50/6" J / 40-50/2" 5 — 50/3" 50/3" 50/2" J 7=36 91 N N36 10 000— X 30-15-50/2" 15— X - shaley, dark gray 23-50/3" 20—X 56.0 Boring Terminated at Approximately 20 Feet aw _ a a c at E U � yw C V) — C N O O 2 to a UU 23 14 7 75-24-51 23 1151 IN Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.93 Drilling Method: Continuous Flight Augers Log Project No. B-91 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.726530 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.570900 W End of Day Not Measured o 0- CIL CI E w O ~ C j 2 V Nw Z E U O N•Ip w ._ Q 2 Stratum Description __ o a o L d fn £ > N y "O •y j y O in w 10s a a�i a�4i R 20 3 Z` c o Approximate Surface Elevation = 970.0 feet 3: O rn a M a rn LL-PL-PI 2 to a U —%\ / FAT CLAY (CH) - dark brown, brown, tan, gray, with /X\ calcareous nodules and limestone seams 3-8-10 31 N=18 J 2-4-6 / N=10 87 60-18 42 25 2-3-6 22 5 — N=9 20N=28 8 10 28 X 50/2" 13 10— \ J/ /// X 50/2" 12 15— X - shaley, dark gray 18-33-45 20 - 50.0 N=78 15 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.94 Drilling Method: Continuous Flight Augers Log Project No. B-92 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.726520 N While Drilling Not Observed 11-1-23 Longitude At Completion Not Observed -97.570260 W End of Day Not Measured o 0- CIL CI w O ~ C j 2 Nw E U O E N•Ip Q 2 V Stratum Description __ Z o w ._ a o d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 959.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o :) U FAT CLAY (CH) - dark brown, brown, with calcareous nodules 2.50 32 J/ 3.00 16 5 � _X 4.00 18 -- 4.5+ 98 51-20-31 17 4.8 108 4.5+ 10� _X - shaley, dark gray, occasional tan limestone seams 000 4.5+ 15— J d Q 50/1.5" 20� 39.0 50/1" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 14 20 Plate A.95 Log B-93 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.726520N While Drilling Not Observed 11-1-23 EST: Longitude At Completion Not Observed -97.569620 W End of Day Not Measured o 0 „ t 0- QL N w O ~ C 0 j 2 V � Nw N Z a")r O 01 E U O E N•Ip Q 2 Stratum Description __ o w ._ a o d fn E > L0. N y "O •y j y O in w 10.0 a Approximate Surface Elevation = 962.0 feet 3: O rn a0ia�4i a M RaD a to 0 3 Z` LL-PL-PI 2 to a co :) U LEAN CLAY (CL) - dark brown, brown, with / calcareous nodules 5—/ shaley, dark gray, occasional tan limestone seams 10 15J% 20A 942.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 3.00 35 4.00 19 45.00 83 39-19-20 22 0.0 119 4.5+ 20 12-17-26 10 N=43 4.5+ 15 4.5+ 15 Plate A.96 Log Project No. B-94 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.726520 N While Drilling Not Observed 11-1-23 Longitude At Completion Not Observed -97.568990 W End of Day Not Measured R VNGE N G E o a> � � � 2 a L N y d O remit a")Q � .y+ E a 2 > Stratum Description L> V w+ Z o= o a J N E w 0 .y CD N to H C l4 > N W Approximate Surface Elevation = 971.0 feet 3.0 ran a M a in LL-PL-PI FAT CLAY (CH) - dark brown, brown, tan, with calcareous nodules and limestone seams 4.5+ / 4.5+ 50/3" 5 50/2. 50/2" J aw _ a a c a� E U Z yw — G C N O 2 to a UU 25 12 0 / 4.5+ 98 58-23-35 24 1.4 112 10� 959.0 WEATHERED LIMESTONE -tan, occasional clay seams 50/1" 15— 50/0.75" 2C 951.0 Boring Terminated at Approximately 20 Feet 50/2.5" 50/2" Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.97 Drilling Method: Continuous Flight Augers Log Project No. B-95 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.726540 N While Drilling Not Observed 11-1-23 Longitude At Completion Not Observed -97.568330 W End of Day Not Measured CIL CI w o O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 971.0 feet 3: O rn a�i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to a c o U CLAYEY GRAVEL (GC) - dark brown, brown, tan, —� with clay and limestone seams 7 9-g N=15 5 39-23-16 6 50/1 " 7 50/1" 50/0.5" 4.5+ 19 50/2.5" 50/1" 4.5+ 14 1.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.98 Drilling Method: Continuous Flight Augers Log Project No. B-96 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.726540 N While Drilling Not Observed 11-1-23 Longitude At Completion Not Observed -97.567700 W End of Day Not Measured CIL CI w o O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 962.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U CLAY (CH) - dark brown, brown, tan, with XFAT calcareous nodules and limestone seams 50/6" 14 / 3.00 26 5 — 3.00 21 4.5+ 91 59-18-41 15 6.6 105 / 10� 4.5+ 23 / 4.5+ 13 15— J - shaley, dark gray — / 4.5+ 14 20� 942.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.99 Drilling Method: Continuous Flight Augers Log B-97 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.726530N While Drilling Not Observed 11-1-23 EST: Longitude At Completion Not Observed -97.567050 W End of Day Not Measured QL N 0 � w o N 0 „ t a")r O 01 0- E L .0 ~ a E Q O .- N R H Stratum Description L E o Z d J y c w N fn £•y L j y O in w 10s a Approximate Surface Elevation = 950.0 feet 3: O rn 00i a�4i a M R aD a to 0 3 Z` LL-PL-PI 2 to a c o :) U /I LEAN CLAY (CL) -dark brown, brown, tan, with / calcareous nodules and limestone seams 5—/ 10 15 - shaley, dark gray, occasional tan limestone seams 2C 930.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 50/2" 50/1.5" 4.5+ 29 4.00 14 4.5+ 82 47-16-31 17 0.0 109 4.5+ 15 4.5+ 17 4.5+ 14 Plate A.100 Log Project No. B-98 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.726530 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.566390 W End of Day Not Measured o 0- CIL CI01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 949.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o :) U SANDY LEAN CLAY (CL) - dark brown, brown, tan, / with calcareous nodules and limestone seams 2.50 3.00 33 21 5—/ 4.5+ 54 47-20-27 15 4.5+ 4.5+ 10 1/ �/1 N4 =40 15 / shaley, dark gray 50/0.75" 2C / 29.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers I%] 17 lip 16 Plate A.101 Log Project No. B-99 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.726550 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.565770 W End of Day Not Measured o 0- CIL CI01 �_ E L Q ~ E N R H Stratum Description £_ o Z�o a JO y o C Vyi a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 964.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - dark brown, brown, tan, with — calcareous nodules and limestone seams 4.5+ 6 15-15-16 18 N=31 12-10-7 10 5 — N=17 _10 V/\ 8N=-127 18 0.8 97 J/ 4.5+ 90 65-20-45 15 3.9 108 10— J/ / 4.5+ 14 15— J — 27-31-39 15 20 - 44.0 Boring Terminated at Approximately 20 Feet N=70 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.102 Drilling Method: Continuous Flight Augers Log Project No. B-100 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.726000 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.578590 W End of Day Not Measured QL N01 `_ o 0- E L Q~ a E NR H Stratum Description E_ o Z�o a JO y o cw N fn £•y - j y O in w 10s a Approximate Surface Elevation = 964.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o U SANDY LEAN CLAY (CL) - dark brown, brown, tan, gray, with calcareous nodules and limestone seams 3.50 36 0 1 i 2k, 946.5 LIMESTONE - gray, occasional dark gray shale seams 50/1" 944.0 50/0.75" Boring Terminated at Approximately 20 Feet 3.50 21 2.00 18 4.5+ 60 41-15-26 17 0.0 108 2.00 20 91 1,600 4.5+ 16 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Plate A.103 Drilling Method: Continuous Flight Augers Log Project No. B-101 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725990 N While Drilling Not Observed 11-6-23 Longitude At Completion Not Observed R VNGE N G E -97.577940 W End of Day Not Measured c 0CIL 0> m CI W O y N N r C ) a Q E ~ 2 O Stratum Description N �> U E o __ Z .O. E (n E >M L w N N -0 •N j y N 0) W Approximate Surface Elevation = 978.0 feet 3.0 of a M a in LL-PL-PI 2 cn 00, SANDY FAT CLAY (CH) - dark brown, brown, tan, with calcareous nodules and limestone seams 4.5+ 55 57-30-27 22 975.0 19-50/0.75" 17 WEATHERED LIMESTONE - tan, occasional clay seams 50/0.75" 50/0.5" 5 50/3" 10 50/2.75" 50/1.25" 15— 50/0.75" 960.0 LIMESTONE -gray 2C �= 50/0.75" 958.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Plate A.104 Drilling Method: Continuous Flight Augers Log Project No. B-102 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725990 N While Drilling Not Observed 11-6-23 Longitude At Completion Not Observed R VNGE N G E -97.577300 W End of Day Not Measured c 0CIL 0> m CI W y N N r C L Q ~ a E Q O .- Stratum Description N R �> H L E w o __ Z .�. J N N (n E > L w N N -0 •N j y N W Approximate Surface Elevation = 990.0 feet 3.0 ran a � a in LL-PL-PI 2 to CLAYEY GRAVEL (GC) - dark brown, brown, tan, 4.5+ 18 X withcalcareous nodules and limestone seams 988.0 50/2" 26 11 WEATHERED LIMESTONE -tan, occasional clay seams 50/0.5" 5 — 50/0.25" 50/0.75" 10— 50/0.25" 976.5 LIMESTONE -gray 50 50/1 50/1" 2C T 970.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Plate A.105 Drilling Method: Continuous Flight Augers Log Project No. B-103 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725990 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.576660 W End of Day Not Measured QL N01 `_ o 0- E L Q~ a E Stratum Description NR H E_ o Z�o a JO y o cw £ - > •y j y O in w Approximate Surface Elevation = 990.0 feet 10s a 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U J!f CLAYEY SAND (SC) - dark brown, brown, tan, with calcareous nodules and limestone seams 4.00 30 l 3.00 43 30-19-11 13 987.0 WEATHERED LIMESTONE - tan, occasional clay seams _ X 50/6" 8 5 i 50/0.5" 50/0.25" 50/0.5" 10 50/0.25" 977.0 LIMESTONE -gray, occasional dark gray shale seams 50/1" 50/0.75" 1 J I = n i i = i 50/1" 50/0.5" 970.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Plate A.106 Drilling Method: Continuous Flight Augers Log Project No. B-104 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725990 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed R VNGE N G E -97.576050 W End of Day Not Measured c o a> m CI T W y a y N N O N r C Q ._ O L Q a E ~ Q O .- Stratum Description N R �> H L E w o_ Z �o .�. J N a N £ L w .y CD T) N N W Approximate Surface Elevation = 990.0 feet to 3.0 H ran C l4 a m > a in LL-PL-PI 2 CLAYEY GRAVEL (GC) - dark brown, brown, tan, with calcareous nodules and limestone seams q 5+ 28 982.0 WEATHERED LIMESTONE - tan, occasional clay seams 1C ` 976.0 S LIMESTONE - gray, occasional dark gray shale 15—= seams Z 2C � 970.0 Boring Terminated at Approximately 20 Feet 20-26-32 29 29-18-11 11 N=58 7-9-9 12 N=18 50/1.5" 50/1.5" 50/0.75" 50/0.5" 50/0.5" 50/0.25" Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.107 Drilling Method: Continuous Flight Augers Log Project No. B-105 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725990 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.575380 W End of Day Not Measured o 0- QL N01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn E•y - j y O in w 10s a Approximate Surface Elevation = 989.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o :) U G 0 CLAYEY GRAVEL (GC) - dark brown, brown, tan, with calcareous nodules and limestone seams .0 WEATHERED LIMESTONE - tan, occasional clay seams .5 LIMESTONE - gray, occasional dark gray shale seams n i I 70 969.0 2C T Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 4.5+ 39 40-26-14 18 50/6" 13 50/1 " 10 50/0.25" 50/0.25" 50/6" 14 50/3" 50/2" Plate A.108 Log Project No. B-106 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725990 N While Drilling Not Observed 11-6-23 Longitude At Completion Not Observed -97.574750 W End of Day Not Measured q�) OFE N G E EST: � � � as a L y remit o N O a> a")Q L r = '— L .0 ~ a£ Q 0 .- Stratum Description d ip L> H L E� o a Z Mo 'O" J a N W Approximate Surface Elevation = 972.0 feet 3.0 ran a aY a in LL-PL-PI J!r CLAYEY SAND (SC) -dark brown, brown, tan, gray 1.75 with calcareous nodules and limestone seams 18 14-50/2" 17 36-24-12 12 Y 50/0.5" 5 � 50/0.25" 50/1.5" 10 50/1" 0 a � t a CID E Z a o C W L 0 0. a 0 4.5+ 93 65-31-34 21 0.8 102 15�Z 955.0 LIMESTONE -gray —Z— i 50/0.75" 2C = 952.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Plate A.109 Drilling Method: Continuous Flight Augers Log Project No. B-107 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725980 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.57412° W End of Day Not Measured d T Vl a 0).2 N N o CIAy O a> Y = ._ „ C O t .O O- E -o2 L Q ~ a E N R H Stratum Description o Z�oa J N 3O o N fn £'y j y O in w 10s a Approximate Surface Elevation = 957.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - dark brown, brown, with calcareous nodules and limestone seams 4.5+ 35 J/ 3.50 18 5 - /4.5+ / �/ — / Jam/ 4.5+ 23 4.5+ 86 51-18-33 16 1.2 104 10- 000 J/ 4.5+ 15— J / - shaley, dark gray � Q 50/5.5" 20� 37.0 50/5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 12 108 3,800 Plate A.110 Log Project No. B-108 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725980 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.573460 W End of Day Not Measured o a> „ t 0- QL N w O ~ C y, j 2 V Nw N Z Q, r E O U 01 O E N•Ip Q 2 Stratum Description __ o w ._ a o d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 938.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o :) U LEAN CLAY (CL) - dark brown, brown, tan, with / calcareous nodules and limestone seams 4.5+ 12-5-7 N=12 32 IN 5—/ 4.5+ 73 35-15-20 15 4.5+ 3.50 10 / 925.0 LIMESTONE - gray, occasional dark gray shale seams 50/1" 1 J 50/0.75" Z i 50/0.75" 2C = 918.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Drilling Method: Continuous Flight Augers M 13 121 14.000 Plate A.111 Log Project No. B-109 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725990 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.572820 W End of Day Not Measured ? o 0- QL N01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 956.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o :) U FAT CLAY (CH) - dark brown, brown, tan, with calcareous nodules and limestone seams 4.5+ 36 J/ 4.5+ 13 5 � 4.5+ 19 4.5+ 84 58-19-39 17 0.2 106 000 13-18-25 12 -4 0000 N=43 00 10— J/ // X 25-50/6" 12 40 15 939.5 LIMESTONE -gray, occasional dark gray shale = seams 50/0.5" 2C � 936.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.112 Drilling Method: Continuous Flight Augers Log Project No. B-110 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725980 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.572180 W End of Day Not Measured CIL CI01 �_ o 0- E L Q ~ a E Stratum Description N R H £_ o Z�o a JO y o C Vyi N fn £•y - j y O in w Approximate Surface Elevation = 972.0 feet 10s 3: O a rn 00i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` rn a c o U / FAT CLAY (CH) - dark brown, brown, tan, gray, with —%\ /X\ calcareous nodules and limestone seams 7-14-8 N=22 24 —=7 000040 3 N 19 5 — 3-4-6 N=10 72 53-20-33 22 17 17 N=266 26 / V 21-11-26 13 �/ //�\ N=37 10— J/ X 13-25-24 13 15—�— N=49 J / - shaley, dark gray — 000 20-26-28 N=54 16 52.0 20� Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.113 Drilling Method: Continuous Flight Augers Log Project No. B-111 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725980 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.571560 W End of Day Not Measured CIL CI01 `_ o 0- E L Q~ a E NR H Stratum Description E_ o Z�o a JO y o cw N fn £•y - j y O in w 10s a Approximate Surface Elevation = 980.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` rn a c o U CLAYEY GRAVEL (GC) - dark brown, brown, tan, — Vv— gray, with calcareous nodules and limestone seams 3-9-9 N=18 27 35-22-13 13 -�g 10V 4-50/6" 12 0 i i 966.5 FAT CLAY (CH) - �A 15�— I i - shaley, dark gray i i i 20—�X60.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester - TSS Drilling Method: Continuous Flight Augers 50/0.25" 50/0.25" 50/2" 50/0.25" 5-8-15 92 77-32-45 29 N=23 50/51, 16 Plate A.114 Log Project No. B-112 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725970 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.570910 W End of Day Not Measured o 0- CIL CI01 E L Q~ a H `_ Z�o a JO NR E_y E - Stratum Description o o cw N fn £•y j y O in w 10s a 00i a�4i M 20 3 Z` c o Approximate Surface Elevation = 974.0 feet 3: O rn a M a to LL-PL-PI 2 to a U LEAN CLAY (CL) - dark brown, brown, tan, gray, with / calcareous nodules and limestone seams 2-22-20 23 N=42 5-6-4 17 /\ N=10 5— 3-5-16 74 47 19 28 16 / N=21 V 4-7-10 26 N=17 N=12 24 12 10 1/ 50/6" 18 10-16-20 14 54.0 N=36 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.115 Drilling Method: Continuous Flight Augers Log B-113 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725970 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.57027° W End of Day Not Measured ? d T Vl 0).2 a N N o N O a> y Y = ._ „ C O t .O 3O O- E -o2 L Q ~ a E Stratum Description N R HZ�oa o J N o N fn £'y w 10 s a j M y Z` O c o in Approximate Surface Elevation = 964.0 feet 3: O rn 0) a�4i a M 20 a rn LL-PL-PI 2 3 to a U LEAN CLAY (CL) - dark brown, brown, tan, gray, with 2-7-14 / calcareous nodules and limestone seams N=21 28 /\ 3-5-6 N=11 17 3 4 5 _ 32 N=32 18 / X 12-21-22 N=43 78 33-15-18 10 / 4/l/N 1 2 17 N=43 43 10�/� 1/ 9N=38 15 / 6-8-13 25 44.0 N=21 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.116 Drilling Method: Continuous Flight Augers Log Project No. B-114 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725970 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.569620 W End of Day Not Measured o 0- CIL CI01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 960.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o :) U LEAN CLAY (CL) - dark brown, brown, with calcareous nodules / 2.50 3.00 36 m 5—/ 4.5+ 79 31-15-16 14 0.0 112 10N=53 0 53 / 4.5+ 10 4.5+ 4.5+ 20— 940.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 5 16 m IVA Plate A.117 Log B-115 Boring Location Project No. 23-28077 Walsh Ranch Phase PA6 NE of intersection Walsh Ranch Pkwy and 1-20 q OF Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E 32.725970N While Drilling Not Observed 10-30-23 EST: Longitude At Completion Not Observed -97.569000 W End of Day Not Measured 0- QL N L .0 ~ O 0 N R H � E w o N Z 0 „ t a")r O 01 d J y E c w a E Q .- Stratum Description L o N fn £•y in w L 10s a Approximate Surface Elevation = 961.0 feet 3: O rn 00i a�4i a M j R aD a to y 0 3 Z` LL-PL-PI 2 to a O c o U LEAN CLAY (CL) - dark brown, brown, with calcareous nodules 3.00 28 / 4.00 81 38-15-23 17 0.5 101 —X - occasional limestone seams 260 18 N=46 46 10 �5 �z 4.5+ 15 15J% 4.5+ 10 20A/ 941.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.118 Drilling Method: Continuous Flight Augers Log Project No. B-116 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725980 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.568330 W End of Day Not Measured R VNGE N G E � � � as a L y remit o N O a> a")Q L r = '— L .0 ~ a£ Q 0 .- Stratum Description 0)ip L> H L 0 o= Z �o a (n £ .y CD w y W Approximate Surface Elevation = 967.0 feet 3.0 H of C m a � a in LL-PL-PI FAT CLAY (CH) - dark brown, brown, with calcareous 4.5+ nodules occasional limestone seams 16-50/2" J 15= N15 5—� 4.5+ J / 4.5+ 94 ���///// 4.5+ 10 000— X 50/1"X J u a � t a CID E Z a o C W L 0 C a 0 ra :) U 10 23 23 77-26-51 25 1.8 93 18 —/ 4.5+ 89 50-17-33 16 20- 1947.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.119 Drilling Method: Continuous Flight Augers Log Project No. B-117 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725980 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.567710 W End of Day Not Measured R VNGE N G E o a> � >, � � a> a L N y remit O a")Q � .y+ = '— L Q £ ~ Q 0 .- d ip Stratum Description H E Z o 'O" J a N £ L > w .y CD N to H C 1p w W Approximate Surface Elevation = 965.0 feet 3.0 of a M a in LL-PL-PI LEAN CLAY (CL) - dark brown, brown, tan, with calcareous nodules and limestone seams 50/2" 3-7-8 N=15 aw _ a a c at E U � yw C V/ — C N O O 2 to a UU 20 5—/ 4.5+ 84 47-25-22 31 0.0 92 4.00 20 4.5+ 21 10 1/ 50/1.5" 16 17-37-50/2.5" 17 2C / 45.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.120 Drilling Method: Continuous Flight Augers Log Project No. B-118 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725980 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.567050 W End of Day Not Measured o 0- CIL CI01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 955.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o :) U SANDY LEAN CLAY (CL) - dark brown, brown, tan, with calcareous nodules and limestone seams 4.00 3.50 45 21 5—/ 4.5+ 58 38-20-18 14 0.0 116 4.5+ 10N=40 3 // 40 10�/� 4.5+ 4.5+ 935.0 .0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 5 16 16 IVA 110 7,400 Plate A.121 Log Project No. B-119 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725990 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.56641° W End of Day Not Measured d T Vl a 0).2 N N o N O a> y Y = ._ „ C O t .O 3O O- E -o2 L Q ~ a E N R H Stratum Description o Z�oa J N o N fn £'y j y O o in w 10s a Approximate Surface Elevation = 950.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c U FAT CLAY (CH) - dark brown, brown, tan, with calcareous nodules and limestone seams 4.00 46 J/ 4.00 29 5 � 4.00 20 _X 4.5+ 18 / 4.5+ 12 10— X 1/ 4.5+ 89 51-23-28 20 0.7 109 15— J —/��Q - shaley, dark gray 50/3.5" 20� 30.0 50/2" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.122 Drilling Method: Continuous Flight Augers Log B-120 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.725980N While Drilling Not Observed 10-31-23 EST: Longitude At Completion Not Observed -97.565750 W End of Day Not Measured o 0 „ t 0- QL N 0 � w N a")r O 01 E L .0 ~ E Q O .- N R H Stratum Description E o Z d J y c w a N fn £•y L L j y O in w 10s a Approximate Surface Elevation = 952.0 feet 3: O rn 00i a�4i a M R aD a to 0 3 Z` LL-PL-PI 2 to a c o :) U LEAN CLAY (CL) - dark brown, brown, with / calcareous nodules 5—/ 10 15�% 4 20A 932.0 Boring Terminated at Approximately 20 Feet 4.00 41 4.00 26 4.00 20 4.5+ 91 47-19-28 18 0.1 102 4.5+ 13 4.5+ 19 4.5+ 18 109 5,200 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.123 Drilling Method: Continuous Flight Augers Log Project No. B-121 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.726000 N While Drilling Not Observed 10-31-23 Longitude At Completion Not Observed -97.565120 W End of Day Not Measured R VNGE N G E o a> � >, � � a> a L N y remit O a")Q � .y+ = '— L Q £ ~ Q 0 .- d ip Stratum Description H 0 Z o 'O" J a N £ L > w .y CD N to H C 1p w W Approximate Surface Elevation = 960.0 feet 3.0 vai a M a in LL-PL-PI X FAT CLAY (CH) - dark brown, brown, with calcareous15-13-12 nodules N=25 / 2.00 5 — 3.50 J 4.5+ 4.5+ 10� aw _ a a c at E U � yw C V/ — C N O O 2 to a UU 20 32 14 18 16 / 4.5+ 80 53-24-29 15 0.0 109 15— J — / 4.5+ 14 20� 940.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.124 Drilling Method: Continuous Flight Augers Log Project No. B-122 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725450 N While Drilling Not Observed 11-6-23 Longitude At Completion Not Observed -97.578590 W End of Day Not Measured R VNGE N G E � � � as a L y remit o N O a> a")Q L r = '— L .0 ~ a£ Q 0 .- Stratum Description d ip L> H L E� o a Z Mo 'O" J a N W Approximate Surface Elevation = 976.0 feet 3.0 ran a a� a in LL-PL-PI J!f CLAYEY SAND (SC) -dark brown, brown, tan, gray 4.5+ 10 u a � t a CID E Z a o C W L 0 C a 0 ra :) U with calcareous nodules and limestone seams 5X50/2" 18 10 50 5" 5 50/0/0. 5" � 50/4" 10 50/2.5" —j% 963.0 FAT CLAY (CH) -dark brown, brown, tan, gray with —�/ calcareous nodules and limestone seams 4.5+ 94 72-22-50 22 1.6 96 15— J/ 959.0 LIMESTONE -gray —Z— i = 956.0 50/0.75" 50/0.25" 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Plate A.125 Drilling Method: Continuous Flight Augers Log Project No. B-123 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725450 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.577960 W End of Day Not Measured o 0- QL N01 E L Q~ E Q O .- NR H Stratum Description E`� o __ Z �o d J a y o cw a E > L L •y j y O in w 10 s a Approximate Surface Elevation = 987.0 feet 3: O rn a�i af0i a 0� .� a to LL-PL-PI 0 2 3 Z` to a c o :) U G 0 CLAYEY GRAVEL (GC) - dark brown, brown, tan, with calcareous nodules and limestone seams 983.0 WEATHERED LIMESTONE - tan, occasional clay seams 974.0 LIMESTONE -gray, occasional dark gray shale seams 1� I = n i i _ 967.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Drilling Method: Continuous Flight Augers 4.5+ 27 48-26-22 16 21-17-9 5 N=26 50/2.5" 50/0.75" 50/0.75" 50/0.25" 50/0.5" 50/0.25" 50/1" 50/0.5" Plate A.126 Log Project No. B-124 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725450 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed R VNGE N G E -97.577310 W End of Day Not Measured c o a> m CI Wa a y NO COy QaN La Q~T E Q .O Stratum Description NR Ea o Z Mo wJ N N E - w .y CD T) N N W Approximate Surface Elevation = 991.0 feet to 3.0 H ran C l4 a m > a in LL-PL-PI 2 J!f CLAYEY SAND (SC) - dark brown, brown, tan, with calcareous nodules and limestone seams 2.00 23 \ / 2.50 48 33-22-11 14 0.0 101 11 =19 14 5 � r 986.0 — WEATHERED LIMESTONE - tan, occasional clay 50/1.75" seams 50/1" 50/0.75" 10 50/0.5" 50/0.75" 50/0.75" 15— 975.0 LIMESTONE - gray, occasional dark gray shale _= seams � 50/1" 50/0.75" 971.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Plate A.127 Drilling Method: Continuous Flight Augers Log Project No. B-125 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725450 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.576660 W End of Day Not Measured o 0- QL N01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 991.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o :) U // LEAN CLAY (CL) - dark brown, brown, tan, with calcareous nodules and limestone seams / 3.00 27 4.00 50 40-25-15 24 0.0 93 5—� 1 N=321 2 985.0 WEATHERED LIMESTONE -tan, occasional clay —r seams 977.0 LIMESTONE -gray, occasional dark gray shale 15—= seams i n 2C � 971.0 Boring Terminated at Approximately 20 Feet 50/1.25" 50/0.75" 50/0.75" 50/0.25" 50/0.75" 50/0.25" 10 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Plate A.128 Drilling Method: Continuous Flight Augers Log Project No. B-126 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725440 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.576030 W End of Day Not Measured o 0- QL N01 E L Q~ a H `_ Z�o a JO NR E_y E - Stratum Description o o cw •y j y O £ > in w 10s a 00i a�4i M 20 3 Z` c o Approximate Surface Elevation = 990.0 feet 3: O rn a M a to LL-PL-PI 2 to a U CLAYEY GRAVEL (GC) - dark brown, brown, tan, 6-6-3 with calcareous nodules and limestone seams N=g 19 4.5+ 29 31-19-12 11 0.0 98 986.0 WEATHERED LIMESTONE - tan, occasional clay 50/1" 5 _ seams 50/0.25" 50/0.75" 10 50/0.51, 977.0 LIMESTONE -gray, occasional dark gray shale seams 50/3" 50/2.25" 1 J I = n i i = i 50/1.5" 50/0.75" 970.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Plate A.129 Drilling Method: Continuous Flight Augers Log Project No. B-127 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725450 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.575400 W End of Day Not Measured ? o 0- QL N01 E L Q~ E Q O .- NR H Stratum Description E`� o __ Z �o d J a y o cw a E > L L •y j y O in w 10s a Approximate Surface Elevation = 986.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U CLAYEY GRAVEL (GC) - dark brown, brown, tan, xb�7� with calcareous nodules and limestone seams 4.5+ 13 r 0 1 982.0 WEATHERED LIMESTONE - tan, occasional clay seams 968.0 i LIMESTONE -gray, occasional dark gray shale seams 2C 966.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Drilling Method: Continuous Flight Augers 21-5-6 N=11 50/1.5" 50/0.75" 50/1.25" 50/0.75" 50/0.75" 50/0.25" 13 34-21-13 8 4.5+ 18 109 6,400 Plate A.130 Log Project No. B-128 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725440 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.574740 W End of Day Not Measured o a> „ t 0- N y, �_ N Q, r O 01 E L Q ~ E N R H Stratum Description £_ o Z�o a JO y o C Vyi a N fn £•y j y O in w 10s a Approximate Surface Elevation = 971.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - dark brown, brown, tan, gray, with calcareous nodules, limestone seams, and ferrous 4.5+ 37 staining 11-4-2 13 N=6 _OF 5—X J 10— J/ —/ - shaley, dark gray 000 00 15- /i I J n i - i 20� 951.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Drilling Method: Continuous Flight Augers 3.50 21 4.5+ 18 4.5+ 22 4.5+ 78 51-16-35 14 0.8 103 4.5+ 19 109 8,400 Plate A.131 Log Project No. B-129 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725440 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.574110 W End of Day Not Measured o a> „ t 0- N y, �_ N Q, r O 01 E L Q ~ E N R H Stratum Description £_ o Z�o a JO y o C Vyi a N fn £•y j y O in w 10s a Approximate Surface Elevation = 956.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - dark brown, brown, tan, gray, with — calcareous nodules and limestone seams 3.00 15 4.00 20 LIMESTONE - gray, occasional dark gray shale seams 50/1" 50/0.5" Boring Terminated at Approximately 20 Feet 4.5+ 88 55-17-38 17 1.7 104 4.5+ 10 4.5+ 13 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tyler - Total Depth Plate A.132 Drilling Method: Continuous Flight Augers Log Project No. B-130 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725450 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.573460 W End of Day Not Measured o a> „ t 0- N y, �_ N Q, r O 01 E L Q ~ E N R H Stratum Description £_ o Z�o a JO y o C Vyi a N fn £•y j y O in w 10s a Approximate Surface Elevation = 948.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o :) U FAT CLAY (CH) - dark brown, brown, tan, with calcareous nodules and limestone seams 4.5+ 20 J/ 3.00 13 5 � 4.5+ 28 I/ — / Jam/ 4.5+ 98 78-26-52 22 2.1 103 / 4.5+ 21 10� 935.5 LIMESTONE -gray, occasional dark gray shale = seams 50/1" 50/0.75" 15 50/0.75" � 928.0 50/0.5" 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.133 Drilling Method: Continuous Flight Augers Log Project No. B-131 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725440 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.572820 W End of Day Not Measured ? QL N01 `_ o 0- E L Q~ a E NR H Stratum Description E_ o Z�o a JO y o cw N fn £•y - j y O in w 10s a Approximate Surface Elevation = 964.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U CLAYEY GRAVEL (GC) - dark brown, brown, tan, with calcareous nodules and limestone seams 2.50 38 r 0 1 947.5 LIMESTONE -gray, occasional dark gray shale = seams � 2C 944.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Drilling Method: Continuous Flight Augers 2.75 22 4.5+ 32 35-16-19 14 3.50 18 15-13-10 24 N=23 33-25-10 12 N=35 50/1.75" 50/0.75" Plate A.134 Log Project No. B-132 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725430 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed R VNGE N G E -97.572180 W End of Day Not Measured c o a> m CI T W y a y N N O N r C Q ._ O L Q a E ~ Q O .- Stratum Description N R �> H L E w o_ Z �o .�. J N a N E L w .y CD T) N N W Approximate Surface Elevation = 980.0 feet to 3.0 H ran C l4 a m > a in LL-PL-PI 2 r 0 CLAYEY GRAVEL (GC) - dark brown, brown, tan, with calcareous nodules and limestone seams 975.0 WEATHERED LIMESTONE - tan, occasional clay seams 968.0 LIMESTONE -gray, occasional dark gray shale = seams =i 15— Z S 2C � 960.0 Boring Terminated at Approximately 20 Feet 4.5+ 29 46-28-18 15 10-13-13 11 N=26 50/3.5" 10 50/0.75" 50/0.5" 50/2.5" 50/2" 50/2.75" 50/0.75" Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.135 Drilling Method: Continuous Flight Augers Log Project No. B-133 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725420 N While Drilling Not Observed 11-1-23 Longitude At Completion Not Observed -97.571560 W End of Day Not Measured o 0- QL N01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 980.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o :) U SANDY LEAN CLAY (CL) - dark brown, brown, tan, /with calcareous nodules and limestone seams / 4.5+ 27 26-25-25 50 27-18-9 10 N=50 975.0 50/3.5" 12 5 WEATHERED LIMESTONE -tan, occasional clay seams 50/0.75" 10 50/0.25" 966.5 LIMESTONE - gray, occasional dark gray shale = seams 50/2" 16 I n i 50/0.75" 2C T 960.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.136 Drilling Method: Continuous Flight Augers Log B-134 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725430 N While Drilling Not Observed 11-1-23 Longitude At Completion Not Observed -97.570910 W End of Day Not Measured CIL CI01 `_ o 0- E L Q~ a E Stratum Description NR H E_ o Z�o a JO y o cw - N fn £•y w 10s a j R y Z` O c o in Approximate Surface Elevation = 976.0 feet 3: O rn a�i a�4i a M 20 a rn LL-PL-PI 2 3 to a U LEAN CLAY (CL) - dark brown, brown, tan, with -69 / calcareous nodules and limestone seams 12 50/5" 12 50/6" 11 4.5+ 91 54-23-31 20 0.1 105 3.50 18 10 1/ 19-50/6" 21 / 19-50/6" 15 56.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.137 Drilling Method: Continuous Flight Augers Log Project No. B-135 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725420 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.570270 W End of Day Not Measured R VNGE N G E o a> � � � 2 a L N y d O remit a")Q � .y+ E a 2 > Stratum Description L> V w+ Z o= o a J N E w 0 .y CD N to H C l4 > w W Approximate Surface Elevation = 967.0 feet 3.0 of a M a in LL-PL-PI aw _ a a c a� E U Z yw — G C N O 2 to a UU FAT CLAY (CH) - dark brown, brown, with calcareous nodules 4.5+ 15 J/ 4.00 17 5 � 2.50 20 1 =54 6 7 N N54 J/ - occasional limestone seams 50/2" 10— /� 50/1.5" J/ _X _/ / 4.5+ 90 52-18-34 16 1.8 112 15— J — / 4.5+ 17 20- 1947.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.138 Drilling Method: Continuous Flight Augers Log B-136 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.725420N While Drilling Not Observed 10-30-23 EST: Longitude At Completion Not Observed -97.569630 W End of Day Not Measured o 0 „ t 0- QL N 0 � w N a")r O 01 E L .0 ~ E Q O .- N R H Stratum Description E o Z d J y c w a N fn £•y L L j y O in w 10s a Approximate Surface Elevation = 958.0 feet 3: O rn 00i a�4i a M R aD a to 0 3 Z` LL-PL-PI 2 to a c o :) U LEAN CLAY (CL) - dark brown, brown, with / calcareous nodules 5—/ 10 15AJ% - shaley, dark gray 20A 938.0 Boring Terminated at Approximately 20 Feet 4.00 35 4.00 25 4.00 14 4.5+ 89 46-15-31 11 0.0 121 4.5+ 11 4.5+ 8 4.5+ 13 118 13,800 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.139 Drilling Method: Continuous Flight Augers Log Project No. B-137 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725420 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.569000 W End of Day Not Measured o 0- CIL CI01 �_ E L Q ~ E N R H Stratum Description £_ o Z�o a JO y o C Vyi a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 954.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o :) U FAT CLAY (CH) - dark brown, brown, with calcareous nodules — / 4.5+ J / 3.50 5 — / 4.5+ —Z/ J 4.5+ 4.5+ 10� 33 18 16 15 10 113 4,200 / 4.5+ 93 60-18-42 23 1.0 105 15— / - shaley, dark gray — / 4.5+ 16 20� 934.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.140 Drilling Method: Continuous Flight Augers Log Project No. B-138 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725430 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.568340 W End of Day Not Measured o a> „ t 0- N y, `_ N Q, r O 01 E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a £ > •y j y O in w 10s a Approximate Surface Elevation = 960.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a a o :) U SANDY LEAN CLAY (CL) - dark brown, brown, with /calcareous nodules / 2.00 4.5+ 21 22 5—/ 4.5+ 64 31-16-15 12 0.6 113 4.5+ 10-16-10 N=26 10�/ 4.5+ 15�% - tan, occasional limestone seams 50/6" 2C / 40.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 12 15 21 m Plate A.141 Log B-139 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.725440N While Drilling Not Observed 10-30-23 EST: Longitude At Completion Not Observed -97.567700 W End of Day Not Measured o 0 „ t 0- QL N 0 � w N a")r O 01 E L .0 ~ E Q O .- N R H Stratum Description E o Z d J y c w a N fn £•y L L j y O in w 10s a Approximate Surface Elevation = 965.0 feet 3: O rn 00i a�4i a M R aD a to 0 3 Z` LL-PL-PI 2 to a c o :) U LEAN CLAY (CL) - dark brown, brown, with / calcareous nodules 5—/ 10 tan, occasional limestone seams 20— 945.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 4.00 38 12-16-50/3" 9 4.00 13 4.5+ 90 34-20-14 15 0.0 111 4.5+ 14 31-50/4" 13 4.5+ 13 Plate A.142 Log Project No. B-140 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725430 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed -97.567050 W End of Day Not Measured o 0- CIL CI01 �_ E L Q ~ E N R H Stratum Description £_ o Z�o a JO y o C Vyi a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 954.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o :) U FAT CLAY (CH) - dark brown, brown, with calcareous nodules 4.5+ 40 J/ 4.00 21 5 � 4.00 18 _X J 4.5+ 91 56-19-37 13 1.1 117 / 4.5+ 15 10� / 4.5+ 21 15— / - shaley, dark gray — / 4.5+ 16 20� 934.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.143 Drilling Method: Continuous Flight Augers Log Project No. B-141 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725430 N While Drilling Not Observed 10-30-23 Longitude At Completion Not Observed R VNGE N G E -97.566400 W End of Day Not Measured c o a> m CI T W y a y N N O N r C Q ._ O L Q a E ~ Q O .- Stratum Description N R �> H L £ �+ o_ Z �o .�. J N a N £ L w .y T) N N W Approximate Surface Elevation = 944.0 feet to 3.0 H ran C l4 a m > a in LL-PL-PI 2 FAT CLAY (CH) - dark brown, brown, with calcareous nodules J/ 5 001- 10 J/ X - tan, occasional limestone seams 15—/ / - shaley, dark gray 20�X924.0 Boring Terminated at Approximately 20 Feet 2.50 47 4.5+ 87 70-22-48 20 3.5 105 4.5+ 20 4.5+ 21 4.5+ 11 13-32-41 20 N=73 31-50/6" 18 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.144 Drilling Method: Continuous Flight Augers Log Project No. B-142 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.725430 N While Drilling Not Observed 10-25-23 Longitude At Completion Not Observed -97.565760 W End of Day Not Measured o 0- CIL CI01 �_ E L Q ~ E N R H Stratum Description £_ o Z�o a JO y o C Vyi a N fn £•y - j y O in w 10s a Approximate Surface Elevation = 942.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - dark brown, brown, with calcareous nodules and limestone fragments 4.5+ 26 J/ 4.5+ 15 5 4.5+ 94 60-20-40 17 — 4.00 10 / 3.50 20 10— / 4.5+ 95 53-20-33 20 0.7 79 15— — 4.5+ 11 20� 922.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.145 Drilling Method: Continuous Flight Augers Log B-143 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.725430N While Drilling Not Observed 10-25-23 EST: Longitude At Completion Not Observed -97.565120 W End of Day Not Measured o 0 „ t 0- QL N 0 � w N a")r O 01 E L .0 ~ E Q O .- N R H Stratum Description E o Z d J y c w a N fn £•y L L j y O in w 10s a Approximate Surface Elevation = 948.0 feet 3: O rn 00i a�4i a M R aD a to 0 3 Z` LL-PL-PI 2 to a c o :) U LEAN CLAY (CL) - dark brown, brown, with / calcareous nodules and limestone fragments 5—/ 10 15�% 20A 928.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 4.5+ 21 4.5+ 87 40-16-24 8 4.1 83 4.5+ 8 4.5+ 12 4.5+ 12 4.5+ 16 4.5+ 19 Plate A.146 Log Project No. B-144 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725430 N While Drilling Not Observed 10-24-23 Longitude At Completion Not Observed -97.56447' W End of Day Not Measured R VNGE N G E � � � as a L y remit o N O a> a")Q L r = '— L .0 a£ ~ Q 0 .- Stratum Description d ip L> H L E� o a Z Mo 'O" J a N £ w .y CD N N W Approximate Surface Elevation = 960.0 feet to 3.0 H ran C 1p a M a in LL-PL-PI SANDY LEAN CLAY (CL) - brown, tan, olive brown, 4.00 J/ with calcareous nodules and gravel 50/2.75" 4811 16 10 u a � t a CID E Z a o C W L 0 C a 0 ra :) U N=19 66 38-25-13 8 5 — N=12 14 12 4.5+ 18 0.8 111 4.5+ 77 48-20-28 15 10 - with limestone seams 50/1" 14 4.5+ 16 20— 940.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.147 Drilling Method: Continuous Flight Augers Log Project No. B-145 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724900 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.577950 W End of Day Not Measured o 0- QL N01 E L Q~ E Q O .- NR H Stratum Description E`� o __ Z �o d J a y o cw a N fn E•y L L j y O in w 10 s a Approximate Surface Elevation = 995.0 feet 3: O rn a�i af0i a 0� .� a to LL-PL-PI 0 2 3 Z` to a c o :) U CLAYEY GRAVEL (GC) - dark brown, brown, tan, with calcareous nodules and limestone seams r WEATHERED LIMESTONE - tan, occasional clay seams 0 S LIMESTONE - gray 2C T 975.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Drilling Method: Continuous Flight Augers 4.5+ 19 50/1 " 16 50/0.75" 50/0.5" 50/1" 50/0.5" 50/0.75" 50/0.5" 50/0.75" 50/0.25" 4.5+ 25 27-14-13 6 0.0 100 Plate A.148 Log Project No. B-146 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724910 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.577310 W End of Day Not Measured QL N01 o 0- E L Q~ a E Q O .- NR H Stratum Description L E`� o __ Z �o d J a y o cw N fn E•y L j y O o in w 10s a Approximate Surface Elevation = 991.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c U LEAN CLAY (CL) - dark brown, brown, tan, with /calcareous / nodules and limestone seams 3.50 17 0 4.5+ 75 31-20-11 16 0.0 97 41-\/ i 986.0 21-50/5" WEATHERED LIMESTONE - tan, occasional clay seams 977.0 S LIMESTONE -gray 15—=— i n = 2C � 971.0 Boring Terminated at Approximately 20 Feet 50/0.75" 50/0.5" 50/0.75" 50/0.25" 50/4" 50/3" 17 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Plate A.149 Drilling Method: Continuous Flight Augers Log Project No. B-147 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724900 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.576670 W End of Day Not Measured o 0- QL N01 `_ E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a £ - > •y j y O in w 10s a Approximate Surface Elevation = 986.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o :) U 10 1 CLAYEY SAND (SC) - dark brown, brown, tan, gray with calcareous nodules and limestone seams 970.0 LIMESTONE - gray i Z c 2C 966.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Drilling Method: Continuous Flight Augers 2.50 28 4.5+ 44 51-23-28 16 0.0 86 50/1 " 16 50/0.5" 50/0.25" 24/6" 50/3" 50/0.5" 50/0.25" 4.5+ 14 108 8,600 Plate A.150 Log Project No. B-148 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724900 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.576040 W End of Day Not Measured o a> „ t 0- N y, `_ N Q, r O 01 E L Q~ E NR H Stratum Description E_ o Z�o a JO y o cw a N fn £•y j y O in w 10s a Approximate Surface Elevation = 984.0 feet 3: O rn a�i a�4i a M R 20 a to LL-PL-PI 2 3 Z` to a c o U CLAYEY GRAVEL (GC) - dark brown, brown, tan, gray with calcareous nodules and limestone seams 4.5+ 30 22-50/3" 15 26-21-5 7 i 966.0 LIMESTONE -gray 2C 964.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Drilling Method: Continuous Flight Augers 50/0.75" 50/0.51, 50/1" 50/4" 50/1.25" 50/0.5" 4.5+ 16 Plate A.151 Log Project No. B-149 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724890 N While Drilling Not Observed 11-3-23 Longitude At Completion Not Observed -97.57540° W End of Day Not Measured R VNGE N G E o a> � >, � � a> a L N y remit O a")Q � .y+ = '— L Q £ ~ Q 0 .- d ip Stratum Description H 0 Z o 'O" J a N £ L > w .y CD N to H C 1p N W Approximate Surface Elevation = 982.0 feet 3.0 of a M a in LL-PL-PI FAT CLAY (CH) - dark brown, brown, tan, with calcareous nodules and limestone seams 4 5+ 50/3" / 5" 5 50/0.0/0. 25" J/ aw _ a a c at E U � yw C V/ — C N O O 2 to a UU 13 12 / 4.5+ 77 78-33-45 30 0.8 79 10— J�50/0.75" 50/0.25" 15— 965.0 WEATHERED LIMESTONE - tan � 50/0.25" 50/0.25" 962.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Drilling Method: Continuous Flight Augers Plate A.152 Log Project No. B-150 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724900 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.57476° W End of Day Not Measured o a> „ t 0- N y, �_ N Q, r O 01 E L Q ~ E N R H Stratum Description £_ o Z�o a JO y o C Vyi a N fn £•y j y O in w 10s a Approximate Surface Elevation = 981.0 feet 3: O rn a�i a�4i a M R 20 a rn LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - dark brown, brown, tan, with — calcareous nodules and limestone seams 3.00 39 / J / 3.00 31 5 4.5+ 91 70-24-46 26 — 4.5+ 15 115 6,800 / 4.5+ 12 10— X 1/ 4.5+ 89 51-17-34 17 1.5 109 15— 964.0 LIMESTONE -gray, occasional dark gray shale _= seams —Z— i 50/3.25" 2C = 961.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Plate A.153 Drilling Method: Continuous Flight Augers Log Project No. B-151 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724890 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed R VNGE N G E -97.57413° W End of Day Not Measured c o a> m CI T W y a a y N CIAN O r C Q ._ O L Q a E ~ Q O .- Stratum Description N R �> H L E w o_ Z �o a N £ L w .y CD T) N N W Approximate Surface Elevation = 958.0 feet to 3.O H of C l4 a m > a in LL-PL-PI 2 FAT CLAY (CH) - dark brown, brown, tan, with calcareous nodules and limestone seams J/ 5 10 _X 000 15— J 939.0 WEATHERED LIMESTONE -tan, occasional clay 2C 938.0 seams Boring Terminated at Approximately 20 Feet 50/5" 50/1" 4.00 34 4.5+ 21 2.50 25 4.5+ 43 31-19-12 10 0.0 117 4.5+ 20 4.5+ 22 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Plate A.154 Drilling Method: Continuous Flight Augers Log B-152 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q OF Fort Worth, Texas Latitude Water Level Observations (feet) Date E N G E 32.724890N While Drilling Not Observed 10-25-23 EST: Longitude At Completion Not Observed -97.57348° W End of Day Not Measured a N 0 � `__ 0 CIA 0> „ t a")r 0 0) Q- E L Q~ a E NR Stratum Description H E o Z y o JO cw N fn £•y w 10s a j R aD y Z` O c o in Approximate Surface Elevation = 956.0 feet 3: O rn 00i a�4i a M a to 0 3 LL-PL-PI 2 to a U SANDY LEAN CLAY (CL) - brown, tan, olive brown, / with calcareous nodules and ferrous staining 4.5+ 24 1.4 102 4.5+ 60 45-20-25 9 1N23 =2 $ with limestone seams V 7N=25 25 1y /X 9N 3-22 14 =35 10 50/1.25" r 94 1. 0 LIMESTONE - gray 50/0.25" 50/0.5" 50/0.25" 2C T 936.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.155 Drilling Method: Continuous Flight Augers Log Project No. B-153 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724890 N While Drilling Not Observed 10-25-23 Longitude At Completion Not Observed -97.572810 W End of Day Not Measured R VNGE N G E o a> � � L N � .y+ y a")Q � a remit O = '— >, a> s s ~ g dio E� Z wJ a £ Q .- Stratum Description L > o N 1= y w: rn H c m •CD N > N W Approximate Surface Elevation = 970.0 feet 3.0 of a a� a in LL-PL-PI -� FAT CLAY (CH) - brown, tan, olive brown, with 4.5+ I calcareous nodules and limestone fragments 13-6-11 N=17 0000�/ -X 5-8-12 5 — / N=20 10-16-16 / N=32 000, / 4.5+ 10� _X aw _ a a c a� E U Z yw c w — C N 0 3 Z` O a o 2 to ra U 31 0 13 16 18 / 4.5+ 86 55-23-32 16 0.0 112 15— J / - with limestone seams /� Q 28/6" 20� 50.0 31 /6" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.156 Drilling Method: Continuous Flight Augers Log B-154 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724890 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed -97.57220° W End of Day Not Measured ? CIL CI w O ~ C j 2 Nw o E U O 0- E N•Ip Q 2 Stratum Description V __ Z o w ._ a o d fn E > w L N 10s a y "O •y j M y Z` O c o in Approximate Surface Elevation = 978.0 feet 3: O rn a�i a�4i a M 20 a rn LL-PL-PI 2 3 to a U SANDY LEAN CLAY (CL) - brown, tan, olive brown, / gray, with limestone seams 4.5+ 19 23-18-25 N=43 51 28-16-12 11 5 _ 50/3.75" 8 / 970.0 —/ FAT CLAY (CH) - brown, tan, olive brown, gray, with limestone seams 9-50/6" 18 10—�/ 14.5+ 91 55-19-36 19 2.1 100 15 - shaley, dark gray, occasional limestone seams f ��%* 50/1" 50/0.25" 958.0 2C Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.157 Drilling Method: Continuous Flight Augers Log Project No. B-155 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q OF Water Level Observations (feet) Fort Worth, Texas Latitude Date E N G E 32.724870N While Drilling Not Observed 10-30-23 EST: Longitude At Completion Not Observed -97.571550 W End of Day Not Measured o 0 „ t 0- QL N 0 � N a")r O 01 E L .0 ~ O N R H E w Z d J y c w a E Q .- Stratum Description L o L •y j y O £ > in w 10s a 00i a�4i R aD 0 3 Z` c o Approximate Surface Elevation = 978.0 feet 3: O rn a M a to LL-PL-PI 2 to a U J!r CLAYEY SAND (SC) - dark brown, brown, with calcareous nodules 4.5+ 15 11-6-4 29 29-20-9 20 N=10 / - occasional limestone seams 50/0.75" 5 50/0.5" 24/6" 10 50/4" !• 2.50 19 50/3.25" 2C 958.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.158 Drilling Method: Continuous Flight Augers Log Project No. B-156 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724880 N While Drilling Not Observed 11-1-23 Longitude At Completion Not Observed -97.570910 W End of Day Not Measured R VNGE N G E o a> � � � 2 a L N y d O remit a")Q � .y+ E a 2 > Stratum Description L> V w+ Z o= o a J N E w 0 .y CD N to H C l4 > w W Approximate Surface Elevation = 976.0 feet 3.0 of a M a in LL-PL-PI FAT CLAY (CH) - dark brown, brown, tan, with calcareous nodules and limestone seams 4.5+ 000, 50/5" 5 — � � 50/11, J � / aw _ a a c a� E U Z yw — G C N O 2 to a UU 37 20 0 9-11-50/2" 95 53-19-34 19 10- 000 J/ 4.5+ 15— J — / 4.5+ 20� 956.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Drilling Method: Continuous Flight Augers 20 13 109 6,000 Plate A.159 Log Project No. B-157 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724850 N While Drilling Not Observed 11-1-23 Longitude At Completion Not Observed -97.570290 W End of Day Not Measured o 0- CIL CI w O ~ C j 2 Nw E U O E N•Ip Q 2 Stratum Description V __ Z o w ._ a o d fn E > L N y "O •y j y O in w 10s Approximate Surface Elevation = 968.0 feet 3: O a rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - dark brown, brown, tan, with calcareous nodules and limestone seams 1.75 41 1-2-3 18 N=5 _OF 5— J 000 10— J/ _ 00 n 15— i I J n i - i 20� 948.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Drilling Method: Continuous Flight Augers 4.5+ 86 54-20-34 16 1.1 106 4.5+ 9 13-11-50/4" 21 15-20-50/2.5" 20 4.5+ 17 Plate A.160 Log B-158 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.724850N While Drilling Not Observed 10-27-23 EST: Longitude At Completion Not Observed -97.569630 W End of Day Not Measured o 0 „ t 0- QL N w O ~ C 0 j 2 V � Nw N Z a")r O 01 E U O E N•Ip Q 2 Stratum Description __ o w ._ a o d fn E > L0. N y "O •y j y O in w 10.0 a Approximate Surface Elevation = 955.0 feet 3: O rn a0ia�4i a M RaD a to 0 3 Z` LL-PL-PI 2 to a co :) U LEAN CLAY (CL) - brown, tan, with calcareous / nodules and ferrous staining 5—/ - marly, tan, gray 10 15J% 4 20A 935.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Drilling Method: Continuous Flight Augers 4.00 31 4.5+ 12 4.5+ 15 4.5+ 76 36-14-22 10 0.8 113 4.5+ 10 4.5+ 13 4.5+ 16 120 9,400 Plate A.161 Log Project No. B-159 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724890 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed -97.568330 W End of Day Not Measured R VNGE N G E Q >, a> a o L N y remit O 0 a") � r = '— L Q a£ ~ Q 0 .- d ip Stratum Description L> H E� Z o a Mo 'O" J a N £ w .y CD N N W to Approximate Surface Elevation = 952.0 feet 3.0 H ran C 1p a M a in LL-PL-PI CLAYEY SAND (SC) - dark brown, brown, trace calcareous nodules occasional limestone seams 5_ _45.0 —� FAT CLAY (CH) - marly, tan, brown J 20 — 932.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Drilling Method: Continuous Flight Augers aw _ a a c at E U � yw C V/ — C N O O 2 to a UU 4.5+ 43 46-19-27 15 10 13 4.5+ 88 52-20-32 15 3.7 114 4.5+ 17 Plate A.162 Log Project No. B-160 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 VGE VNG Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724890 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed -97.567680 W End of Day Not Measured o 0- CIL CI01 E L Q ~ a H �_ Z�o a JO N R £_y E - Stratum Description o o C Vyi •y j y O £ > in w 10s a 00i a�4i M 20 3 Z` c o Approximate Surface Elevation = 964.0 feet 3: O rn a M a rn LL-PL-PI 2 to a U X FAT CLAY (CH) - brown, with limestone pieces 34-50/6" 5 / NA 37 - marly, tan, gray 5 � 4.5+ 79 60-19-41 21 3.1 102 000 _� 4.5+ 14 10 / 4.5+ 17 10� / 4.5+ 16 15— J — / 4.5+ 14 20� 944.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.163 Drilling Method: Continuous Flight Augers Log B-161 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.724880N While Drilling Not Observed 10-27-23 EST: Longitude At Completion Not Observed -97.567050 W End of Day Not Measured o 0 „ t 0- QL N w O ~ C 0 j 2 V � Nw N Z a")r O 01 E U O E N•Ip Q 2 Stratum Description __ o w ._ a o d fn E > L0. N y "O •y j y O in w 10.0 a Approximate Surface Elevation = 952.0 feet 3: O rn a0ia�4i a M RaD a to 0 3 Z` LL-PL-PI 2 to a co :) U LEAN CLAY (CL) - brown, tan, with limestone pieces and ferrous staining 5—/ marly, tan, gray 10 20A 932.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 3.50 28 2.25 17 4.5+ 73 41-15-26 16 4.5+ 10 14-15-20 16 N=35 4.5+ 86 46-15-31 16 0.6 110 4.25 IEI Plate A.164 Log Project No. B-162 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724880 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed -97.56640° W End of Day Not Measured d Vl N o N a> y Y „ C t O- E Q 2 Stratum Description __ o a o d fn E L O in w 10s a Approximate Surface Elevation = 941.0 feet 3: O rn a�i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to ra c o U FAT CLAY (CH) - brown, tan, with limestone pieces — / and ferrous staining 4.5+ 27 - marly, tan, gray / 2.75 21 5 — 4.5+ 16 4.5+ 84 58-17-41 17 6.5 109 / 4.25 14 10 occasional limestone seams J _X J�50/1" 50/0.5" 15— J/ _X — /� Q 21.0 50/0.5" 50/0.5" 20� Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.165 Drilling Method: Continuous Flight Augers Log B-163 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.724870N While Drilling Not Observed 10-27-23 EST: Longitude At Completion Not Observed -97.565770 W End of Da y Not Measured 0 o 0 „ t 0- QL N w O ~ C 0 j 2 V � Nw N Z a")r O 01 E U O E N•Ip Q 2 Stratum Description __ o w ._ a o d fn E > L0. N y "O •y j y O in w 10.0 a Approximate Surface Elevation = 931.0 feet 3: O rn a0ia�4i a M RaD a to 0 3 Z` LL-PL-PI 2 to a co :) U LEAN CLAY (CL) - brown, tan, with limestone pieces / and ferrous staining - marly, tan, gray 5—% 10 912.0 LIMESTONE -gray 2C - r— 911.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Drilling Method: Continuous Flight Augers 32-42-14 N=56 50/0.25" 50/0.25" 4.25 34 2.50 18 4.5+ 22 4.5+ 78 44-15-29 14 1.9 109 4.5+ 15 11 121 9,000 Plate A.166 Log Project No. B-164 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724870 N While Drilling Not Observed 10-27-23 Longitude At Completion Not Observed -97.565120 W End of Day Not Measured CIL CI w o O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 942.0 feet 3: O rn a�i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - brown, tan, with limestone pieces —/ and ferrous staining 2.50 24 103 5,800 J / 4.5+ 15 5 3.50 20 / - marly, tan, gray —/ Jam/ 4.5+ 89 55-18-37 15 9.6 106 / 4.5+ 20 10— / 4.5+ 20 15— — 4.00 14 20� 922.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.167 Drilling Method: Continuous Flight Augers Log Project No. B-165 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724880 N While Drilling Not Observed 10-23-23 Longitude At Completion Not Observed -97.56"8` W End of Day Not Measured ? o a> „ t O- d Vl N N y Y C E Q 2 Stratum Description __ o a o d fn E > L N y "8 'N j y O in w 10 s a Approximate Surface Elevation = 954.0 feet 3: O rn a�i af0i a 0� .(D a to LL-PL-PI O 2 3 Z` to ra c o U jLEAN 953.0 CLAY (CL) - tan, with limestone fragments 4.5+ WEATHERED LIMESTONE - tan, occasional clay seams 50/3" 74 46-18-28 9 /" 5 5050/4" 50/5" 10 50/3.5" 50/4" 15— 50/2" 50/3.5" 2C 934.0 50/3" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Nick - Total Depth Plate A.168 Drilling Method: Continuous Flight Augers Log Project No. B-166 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724930 N While Drilling Not Observed 10-12-23 Longitude At Completion Not Observed -97.563190 W End of Day Not Measured R VNGE N G E o a> � � � a L N y O r�ir a")Q � .y+ = '— a 2 Stratum Description L> o= M o a J N E w 0 .y CD N y H C l4 > N W Approximate Surface Elevation = 948.0 feet 3.0 of a M a in LL-PL-PI aw _ a a c a� E U Z yw — G C N O 2 to a UU FAT CLAY (CH) - dark brown, brown, with calcareous nodules and limestone fragments 4.5+ 74 61-24-37 16 7.1 81 / 946.0 LEAN CLAY (CL) - marly, tan, with limestone / fragments and ferrous staining 22-15-16 3 N=31 18-12-9 12 5 N=21 7-9-23 17 N=32 18-=21 N4444 10 �� 7-9-14 15�/ N=23 18 � ,_ j 8-11-25 19 2C / 28.0 Boring Terminated at Approximately 20 Feet N=36 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.169 Drilling Method: Continuous Flight Augers Log Project No. B-167 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725190 N While Drilling Not Observed 10-12-23 Longitude At Completion Not Observed -97.562010 W End of Day Not Measured R VNGE N G E � � � 2 a L y d r�ir o N O a> a")Q � .y+ E a 2 Stratum Description > L> V w+ o= Z o a J N E w .y N NCD W Approximate Surface Elevation = 944.0 feet y 3.0 H a.0 co l4 a M � a in LL-PL-PI FAT CLAY (CH) - marly, tan, with limestone —%X fragments and ferrous staining 5-8-11 N=19 9-6-6 / N=12 17-15-16 5 — N=31 140 20 N=20 � J/ 9916 aw _ a a c a� E U Z yw — G C N O 2 to a UU 6 14 11 15 N=25 94 51-18-33 15 10— J/ 8-16-24 17 X N=40 15—�— J / - transitions to gray 24-29-50/4" 19 20— Z 24.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.170 Drilling Method: Continuous Flight Augers Log Project No. B-168 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725460 N While Drilling Not Observed 10-12-23 Longitude At Completion Not Observed R VNGE N G E -97.560720 W End of Day Not Measured c o a> m CI W y N N r C T a y N O Q ._ O w p F = >2 U d.+ Z E U Q Q- Stratum Description L> o a Mo a N CD E N w y H C R •N > N N W Approximate Surface Elevation = 955.0 feet 3.0 ran a � a in LL-PL-PI 2 ,� CLAYEY GRAVEL (GC) - tan, brown, some limestone 4.5+ 40 62-28-3411 fragments 28-50/3" 3 5 � 950.0 FAT CLAY (CH) - marly, tan, gray, brown, with 39/6" ferrous staining and limestone seams 32/6" 11 2 =23 2 18 N N23 7N=37 90 75-22-53 22 /\ 37 10—� J 15 � /\ _ 0 _ 41 12-9-34 20� 35.0 x91 Boring Terminated at Approximately 20 Feet N=53 21 u a � t a 01 E Z ao O Q 3 Z` c o to ra :) U Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.171 Drilling Method: Continuous Flight Augers Log Project No. B-169 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.725370 N While Drilling Not Observed 10-12-23 Longitude At Completion Not Observed -97.559680 W End of Day Not Measured R VNGE N G E � � � 2 a L y remit d o N O a> a")Q L r E a 2 Stratum Description > L> U w+ o= Z o a J (n E 0 •N CD y W Approximate Surface Elevation = 944.0 feet +�' v1 3.0 H a.N co C m a a� > a in LL-PL-PI LEAN CLAY (CL) - marly, tan, with limestone 4.5+ J/ fragments and ferrous staining 11- 8-12 N=20 10-19-21 N=40 5 — % 12-14-41 N=55 13 9 15 21 u a � t a CID E Z a o C W L 0 C a 0 ra :) U 4.5+ 86 49-15-34 13 5.7 118 4.5+ 14 10 4.5+ 15 - transitions to gray 50/6" 15 2C / 24.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Chester -TSS Plate A.172 Drilling Method: Continuous Flight Augers Log B-170 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 q Fort Worth, Texas OF Latitude Water Level Observations (feet) Date E N G E 32.724380N While Drilling Not Observed 11-2-23 EST: Longitude At Completion Not Observed -97.57475° W End of Day Not Measured QL N w 0 � o CIA 0 „ t a")r O 0) O 0- E O ~ Q 2 C j 2 V Stratum Description Nw __ Z o E U w ._ a o N•Ip d fn E > L0. N y "O •y j y O in w 10.0 a Approximate Surface Elevation = 968.0 feet 3: O rn a0ia�4i a M RaD a to 0 3 Z` LL-PL-PI 2 to a co :) U /I LEAN CLAY (CL) -dark brown, brown, tan, gray, with / calcareous nodules and limestone seams 5—/ 10 - shaley, brown and light gray 15 20— 948.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Drilling Method: Continuous Flight Augers 4.5+ 24 4.5+ 14 4.5+ 8 4.5+ 73 42-17-25 8 4.5+ 19 4.5+ 24 4.5+ 17 Plate A.173 Log Project No. B-171 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724360 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.57412° W End of Day Not Measured o a> „ t O- d Vl 2 N N •' CIAy Y E C U E N V1 a 2 > U Stratum Description __ Z o a, a o N fn E L O in w 10s a Approximate Surface Elevation = 958.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to ra c o :) U FAT CLAY (CH) - dark brown, brown, tan, gray, with calcareous nodules and limestone seams 4.5+ 20 J/ 4.5+ 19 5 � 4.5+ 19 _X 4.5+ 19 110 26,400 / 4.5+ 84 51-16-35 12 3.0 113 10� / 4.5+ 18 15— 941.0 LIMESTONE -gray, occasional dark gray shale _= seams —Z— i 50/0.75" 2C = 938.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Lalo - Total Depth Plate A.174 Drilling Method: Continuous Flight Augers Log Project No. B-172 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724370 N While Drilling Not Observed 10-25-23 Longitude At Completion Not Observed -97.57347° W End of Day Not Measured o a> „ t 0- QL N w O ~ C y, j 2 V Nw N Z Q, r E O U 01 O E N•Ip Q 2 Stratum Description __ o w ._ a o d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 953.0 feet 3: O rn a�i a�4i a M M 20 a to LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - brown, tan, olive brown, with — limestone seams 3.25 36 / J / 4.5+ 9 5 � 4.5+ 10 30-20 3 //� N=3 5 /X 7-11-12 17 —/ 10— N=23 J/ _X /_ / 4.5+ 77 51-16-35 14 0.0 115 15— 936.0 LIMESTONE -gray —Z— i 50/0.25" 2C = 933.0 50/0.25" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.175 Drilling Method: Continuous Flight Augers Log Project No. B-173 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724370 N While Drilling Not Observed 10-25-23 Longitude At Completion Not Observed -97.572840 W End of Day Not Measured R VNGE N G E o a> � � � 2 a L N y d O remit a")Q � .y+ E a 2 > Stratum Description L> V w+ Z o= o a J N E w 0 .y CD N to H C l4 > w W Approximate Surface Elevation = 959.0 feet 3.0 of a M a in LL-PL-PI FAT CLAY (CH) - brown, tan, olive brown, with limestone seams — 2.25 5-3-4 N=7 5 21 /6" 14/6" / aw _ a a c a� E U Z yw — G C N O 2 to a UU 37 —/ 4.5+ 90 52-19-33 15 2.4 117 J/ 7-10-15 16 N=25 00 10— J/ / 4.5+ 18 15— J — / 4.5+ 11 20- 1939.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.176 Drilling Method: Continuous Flight Augers Log Project No. B-174 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724360 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.572190 W End of Day Not Measured R VNGE N G E � p ~ � � > 2 a L y remit d o N O a> a")Q � .y+ E a 2 _ Stratum Description L> U w+ o= Z o a J (n E •N CD N y W Approximate Surface Elevation = 970.0 feet +�' v1 3.0 H of C m a a� > a in LL-PL-PI LEAN CLAY (CL) -dark brown, brown, tan, gray with 4.5+ / calcareous nodules and Ilmestone seams 10-13-9 N=22 aw _ a a c a� E U Z yw — G C N 0 3 Z` a o 2 to ra U 11 4 5-10-12 29 40-22-18 4 5 4/IX -5-6-10 N-1 ti -� 12= N12 4.5+ 10 1 25 3 12 // 4.5+ 85 41-12-29 10 0.0 94 15� j �/ 4.5+ 14 20�`-` 950.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.177 Drilling Method: Continuous Flight Augers Log Project No. B-175 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.724360 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.571560 W End of Day Not Measured o 0- CIL CI w O ~ C j 2 Nw E U O E N•Ip Q 2 V Stratum Description __ Z o w ._ a o d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 970.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o :) U LEAN CLAY (CL) - dark brown, tan, olive brown, with limestone seams / 4.5+ 4.5+ 5 — / 4.5+ 17 10 6 4.5+ 84 40-18-22 14 7.7 109 50/1 " 10 1/ 17N0 =45 / 10-16-21 50.0 N=37 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Sergio - Total Depth Drilling Method: Continuous Flight Augers 0 1151 22 Plate A.178 Log Project No. B-176 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724340 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.570920 W End of Day Not Measured R VNGE N G E � � � 2 a L y remit d o N O a> a")Q L r E a 2 Stratum Description > L> U w+ o= Z o a J (n E 0 •N CD N y W Approximate Surface Elevation = 974.0 feet +�' v1 3.0 H ran C m a a� > a in LL-PL-PI SANDY LEAN CLAY (CL) - dark brown, tan, olive 4.5+ brown, with limestone seams / 13-50/3.25" 67 37-23-14 50/4" 5 — � 33/6" —/ 6-9-11 � — N=20 10 1/ 12-22-39 / N-61 10-24-26 54.0 N=50 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Sergio - Total Depth Drilling Method: Continuous Flight Augers u a � t a at E Z a o C W L 0 C a 0 ra :) U 12 3 21 1151 13 Plate A.179 Log Project No. B-177 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724330 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.570270 W End of Day Not Measured R VNGE N G E � � � 2 a L y remit d o N O a> a")Q L .y+ = '- E a 2 Stratum Description > L> U w+ o= Z o a J Ui E 0 •N CD w y W Approximate Surface Elevation = 966.0 feet +�' v1 3.0 H of C m a a� a in LL-PL-PI SANDY LEAN CLAY (CL) - dark brown, tan, olive 4.5+ J/ brown, with limestone seams /�� 10-11-9 N=20 20 J� 2106 22 6 N=16 69 41-22-19 7 5 — N=15 10 15 V 12N=38 2 11 38 N=46 / 10 1/ 9N=37 17 / 9-13-15 13 N=28 46.0 20 Boring Terminated at Approximately 20 Feet u a � t a CID E Zac C W L 0 C a 0 ra :) U Material boundaries are approximate; in situ, transitions may be qradual. Driller: Sergio - Total Depth O Drilling Method: Continuous Flight Augers Plate A.1 80 Log Project No. B-178 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.724340 N While Drilling Not Observed 11-1-23 Longitude At Completion Not Observed R VNGE N G E -97.569620 W End of Day Not Measured c o a> m w p CI T W y 2 a y N d.+ N O N r C Q ._ O E U Q F Q = - Stratum Description > L> V o_ Z o a N E w .y CD N w N W Approximate Surface Elevation = 953.0 feet to 3.0 H of C l4 a m > a in LL-PL-PI 2 LEAN CLAY (CL) - dark brown, brown, tan, with / calcareous nodules and limestone seams 5—/ 10 1/ 2C / 33.0 Boring Terminated at Approximately 20 Feet 4.5+ 15 4.00 71 47-18-29 15 0.0 114 4.5+ 12 4.5+ 13 4.5+ 12 19-21-22 12 N=43 50/6" 14 120 18.600 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Plate A.181 Drilling Method: Continuous Flight Augers Log Project No. B-179 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.723790 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.571540 W End of Day Not Measured o 0- CIL CI w O ~ C j 2 Nw E U O E N•Ip Q 2 V Stratum Description __ Z o w ._ a o d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 958.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o U FAT CLAY (CH) - dark brown, brown, with calcareous nodules and limestone seams 4.5+ 36 50/1 " 11 _OF 5—X J 10— J/ _ 00 X 15— i I J n i i 20 -X938.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Drilling Method: Continuous Flight Augers 4.5+ 16 4.5+ 12 4.5+ 11 8-9-13 93 55-22-33 21 N=22 12-20-22 16 N=42 117 2,800 Plate A.182 Log Project No. B-180 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.723790 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.570910 W End of Day Not Measured R VNGE N G E � � � 2 a L y remit d o N O a> a")Q L .y+ = '- E a 2 Stratum Description > L> U w+ o= Z o a J Ui E 0 •N CD w y W Approximate Surface Elevation = 962.0 feet +�' v1 3.0 H of C m a a� a in LL-PL-PI LEAN CLAY (CL) -dark brown, tan, olive brown, with 4.5+ / limestone seams 11 6 N=13 5 _ 50/1.25" 14 0 X 6-50/4" 80 44-17-27 12 4/1'x 50/2.5" 15 1041, 1/ X 50/6" 18 15 50/2.25" 16 2C / 42.0 Boring Terminated at Approximately 20 Feet u a � t a CID E Zac C W L 0 C a 0 ra :) U Material boundaries are approximate; in situ, transitions may be qradual. Driller: Sergio - Total Depth Drilling Method: Continuous Flight Augers Plate A.183 Log B-181 Project No. 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.723800 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.57029° W End of Day Not Measured d T W a>� a 4, N o N O a> y Y �._ „ C O t .O O- E aG Q 2 Stratum Description __ o a o d fn E L O o in w Approximate Surface Elevation = 966.0 feet 3: O rn a M M 20 a rn LL-PL-PI 2 3 Z' to ra c U 000, FAT CLAY (CH) - dark brown, tan, olive brown, with limestone seams 4.5+ 16 12-10-10 12 N=20 5 _ X 50/6" 95 64-20-44 13 �\ J 50/2" 50/2.25" 10— /� J/ _/// X 5-50/3.5" 14 15— X J 37-50/3" 15 20 - 46.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Sergio - Total Depth Drilling Method: Continuous Flight Augers Plate A.184 Log Project No. B-182 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.723790 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.569650 W End of Day Not Measured R VNGE N G E o a> � � � 2 a L N y remit O d a")Q � .y+ = '- E a 2 > Stratum Description L> V w+ Z o= o a J N E w 0 .y CD N fA H C l4 > w W Approximate Surface Elevation = 952.0 feet 3.0 of a M a in LL-PL-PI aw _ a a c a� E U Z yw — G C N O 2 to a UU FAT CLAY (CH) - dark brown, tan, olive brown, with limestone seams 4.5+ 93 59-25-34 19 7.4 92 4.5+ 13 1 8 9 5 N =30 N30 / 9-11-13 10 N=24 / 6-7-11 18 N=18 5 6 22 10 N=27 10-13-19 17 15—OX— N=32 J / - transitions to dark gray 50/6" 19 - 32.0 20 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Sergio - Total Depth Drilling Method: Continuous Flight Augers Plate A.185 Log Project No. B-183 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.723250 N While Drilling Not Observed 11-2-23 Longitude At Completion Not Observed -97.570250 W End of Day Not Measured o 0- CIL CI w O ~ C j 2 Nw E U O E N•Ip Q 2 V Stratum Description __ Z o w ._ a o d fn E > L N y "O •y j y O in w 10s a Approximate Surface Elevation = 958.0 feet 3: O rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` to a c o :) U LEAN CLAY (CL) - dark brown, brown, with / calcareous nodules and limestone seams 2.50 4.5+ 25 22 5—/ 4.5+ 80 38-15-23 15 26-16-29 N=45 / 4.5+ 10 1/ 15-13-17 N / -30 / 4.5+ 20— 938.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Oscar - Total Depth Drilling Method: Continuous Flight Augers 6 16 10 13 111 6,600 Plate A.186 Log Project No. B-184 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.723210 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.569640 W End of Day Not Measured R VNGE N G E o a> Q 2 a N y remit O d a") � .y+ = '- E a 2 > Stratum Description L> V w+ Z o= o a J N E w 0 .y CD N fA H C l4 > w W Approximate Surface Elevation = 952.0 feet 3.O of a M a in LL-PL-PI // LEAN CLAY (CL) - dark brown, tan, olive brown, with limestone seams and ferrous staining 4 5+ aw _ a a c a� E U Z yw — G C N O 2 to a UU 14 5.7 99 4.5+ 83 44-20-24 8 -$XX 8N=20 8 N=205—� 19-50/0.75" 7 15-25-40 10� — N=65 22 1/ 1N=39 152 10 / N-39 - transitions to dark gray 50/4.75" 14 2C / 32.0 Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Sergio - Total Depth Drilling Method: Continuous Flight Augers Plate A.187 Log Project No. B-185 23-28077 Walsh Ranch Phase PA6 Boring Location NE of intersection Walsh Ranch Pkwy and 1-20 Fort Worth, Texas VGE VNG Latitude Water Level Observations (feet) Date 32.728210 N While Drilling Not Observed 10-20-23 Longitude At Completion Not Observed -97.572150 W End of Day Not Measured QL N w o O 0- E O ~ C Q 2 j 2 Stratum Description V Nw __ Z o E w ._ a U o N•Ip d fn E > L N y "O •y j y O in w 10s Approximate Surface Elevation = 912.0 feet 3: O a rn a�i a�4i a M M 20 a rn LL-PL-PI 2 3 Z` rn a c o U LEAN CLAY (CL) - brown, tan, with limestone fragments and ferrous staining 2-5-7 N=12 15 9N=23 23 40-16-24 9 5— N=17 17 10 / V 10 13 N=13 9-7-11 N=18 37 8 10 898.0 WEATHERED LIMESTONE - tan 50/5" 8 15— — 50/1" 2C 892.0 50/0.5" Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. O o Driller: Chester -TSS Plate A.188 Drilling Method: Continuous Flight Augers SOIL OR ROCK TYPES F-1 '��►''� Undocumented Fill I Iwo / F11111A Lean Clay (CL) rAGravelly Lean Clay (CL) r///A Fat Clay (CH) ° Gravelly Fat Clay (CH) Clayey Gravel (GC) Silt (ML) Poorly -Graded Sand (SP) Well -Graded Sand F111AClayey Sand (SC) �va� �D�o Well -Graded Gravel Marl Weathered Shale Shale (SW) 9N. JF DRILLING AND SAMPLING METHODS (GW) I X i Shelby Split Texas Tube Spoon Cone Pen Weathered Limestone i i i 11-imestone I I 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.189 a� N .N a� N 0 0 N O E 'cn 0 0 N O Z C co C cn _0 E m C/) c cn L -L c E LL O c co O E Major Divisions Grp. Typical Names Laboratory Classification Sym. Criteria R E Well graded gravels, E N G �E� E NG co �, GW gravel -sand mixtures, o cn L o little or no fines Cn N De° (DJ' o L CU ---- greater than 4: C� ------ between 1 and 3 -. O O C ° Do DxD .N ° Poorly graded gravels, 60 U J GP gravel -sand mixtures, o little or no fines Not meeting all gradation requirements 5 L 2 � N � for GW co O O 0 z �, Silty gravels, gravel - N can cUn Liquid and Plastic limits Liquid and plastic ° GM sand - silt mixtures N .L � 2 below "A" line or P.I. limits plotting in co c cn U) greater than 4 hatched zone ° ° o 0 c—Lo N D= U O O °, between 4 and 7 c Clayey gravels, gravel °' Z :L Liquid and Plastic limits are borderline o > Q o GC -sand -clay mixtures E O C? 07 °' above "A" line with P.I. cases requiring use E v '� L greater than 7 of dual symbols Y O Cn L co cn w a)SW Well graded sands, g a) Ds° (DJ gravelly sands, little or c -o CU ----greater than 6: C = ------ between 1 and 3 a M O no fines co � °° D x D60 c v Co a) aa) ° (D Poorly graded sands, � �, m Not meeting all gradation requirements ` co U Sp gravelly sands, little or 0 0 L for SW -0 ° no fines a a m 0- M 0 Z ( �, Silty sands, sand silt M m 3 o 0-cV O `c' c L) Liquid and Plastic limits Liquid and plastic SM mixtures i Q below "A" line or P.I. limits plotting L .� `0 Q Co—} -0 less than 4 between 4 and 7 ai +' c� 3:° o �_ 0 cn U o ° are borderline o E o Clayey sands, sand E N J "' Liquid and Plastic limits cases requiring use � Q E SC clay mixtures m Q 5 above "A" line with P.I. of dual symbols p 0 M greater than 7 Inorganic silts and very fine ML sands, rock flour, silty or 5. (n clayey fine sands, or clayey 60 -2 silts with slight plasticity E Inorganic clays of low to M CL medium plasticity, gravelly clays, sandy clays, silty 50 clays, and lean clays (n J OL Organic silts and organic silty clays of low plasticity ,X11 40 0 z Inorganic silts, micaceous L: L MH or diatomaceous fine sandy 2 30 or silty soils, elastic silts Q � � J LO CH Inorganic clays of high 20 Co plasticity, fat clays CL U) Organic clays of medium to 10 OH high plasticity, organic silts LL_ML > .0 0 0 10 20 � o Pt Peat and other highly =O organic soils ML and OL 30 40 50 60 70 80 90 100 LIQUID LIMIT PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.190 Soluble Sulfates (TEX-145-E) SOLUBLE SULFATE TEST RESULTS R NE Walsh Ranch Phase PA6 £ N G E E R I N G NE of intersection Walsh Ranch Pkwy and 1-20 q, ` Fort Worth, Texas Rone Project Number: 23-28077 Boring I Depth (feet) I Sulfates (ppm) B-3 0-1.5 <100 B-27 0-1.5 200 B-35 0-1.5 <100 B-64 0-2 <100 B-81 0-1.5 <100 B-82 0-1.5 <100 B-92 0-2 1,480 B-99 0-2 2,160 B-116 0-1 <100 B-130 0-2 <100 B-135 0-2 <100 B-138 0-2 <100 B-155 0-2 <100 B-162 0-2 <100 B-165 0-0.5 <100 B-178 0-2 2,080 B-184 0-2 <100 Plate A.191 SWELL TEST RESULTS R Walsh Ranch Phase PA6 VMG of intersection Walsh Ranch Pkwy and 1-20 E N G ENE Fort Worth, Texas Rone Project Number: 23-28077 Liquid Plastic Plasticity Initial MC Final MC Boring Depth (ft) Load (psf) Swell o (/o) Limit Limit Index N /o (° ) B-2 1 38 19 19 14 18 63 1.7 B-3 3 47 13 34 9 16 313 4.5 B-7 1 48 22 26 19 21 125 0.5 B-26 7 57 17 40 12 22 844 6.6 B-36 15 30 16 14 11 21 1875 0.0 B-39 9 62 17 44 22 36 1125 0.0 B-74 1 57 27 30 32 34 125 1.1 B-92 7 51 20 31 16 24 875 4.8 B-93 5 39 19 20 15 19 625 0.0 B-94 9 58 23 35 18 22 1125 1.4 B-96 7 59 18 41 18 29 875 6.6 B-97 5 47 16 31 20 21 625 0.0 B-99 9 65 20 45 18 25 1125 3.9 B-99 7 65 20 45 19 26 875 0.8 B-100 7 41 15 26 19 21 875 0.0 B-106 14 65 31 34 18 25 1750 0.8 B-107 9 51 18 33 17 23 1125 1.2 B-109 7 58 19 39 17 20 875 0.2 B-114 5 31 15 17 15 18 625 0.0 B-115 3 38 15 23 19 22 375 0.5 B-116 8 77 26 51 32 39 1000 1.8 B-117 5 47 25 22 31 32 625 0.0 B-118 5 38 20 19 17 20 625 0.0 B-119 14 51 23 28 19 24 1750 0.7 B-120 7 47 19 28 25 29 875 0.1 B-121 14 53 24 29 22 29 1750 0.0 B-122 14 72 22 50 23 30 1750 1.6 B-124 3 33 22 11 17 21 375 0.0 B-125 3 40 25 15 22 28 375 0.0 B-126 3 31 19 11 17 23 375 0.0 B-128 14 51 16 35 19 25 1750 0.8 Plate A.192a r . SWELL TEST RESULTS Walsh Ranch Phase PA6 9GE N E NE of intersection Walsh Ranch Pkwy and 1-20 E R I N G Fort Worth, Texas Rone Project Number: 23-28077 Liquid Plastic Plasticity Initial MC Final MC Boring Depth (ft) Load (psf) Swell o (/o) Limit Limit Index M (° ) /o B-129 5 55 17 38 19 23 625 1.7 B-130 7 78 26 52 19 23 875 2.1 B-134 7 54 23 31 21 27 875 0.1 B-135 14 52 18 34 16 21 1750 1.8 B-136 7 46 15 31 14 17 875 0.0 B-137 14 60 18 42 19 24 1750 1.0 B-138 5 31 16 15 19 23 625 0.6 B-139 6 34 20 14 17 20 750 0.0 B-140 7 56 19 38 17 22 875 1.1 B-141 3 70 22 48 19 25 375 3.5 B-142 14 53 20 33 14 17 1750 0.7 B-143 3 40 16 24 10 24 375 4.1 B-144 7 48 28 20 17 21 875 0.8 B-145 4 27 14 13 9 24 500 0.0 B-146 3 31 20 12 16 24 375 0.0 B-147 3 51 23 28 24 31 375 0.0 B-149 9 78 33 45 35 44 1125 0.8 B-150 14 51 17 35 18 22 1750 1.5 B-151 7 31 19 12 14 18 875 0.0 B-152 1 45 20 25 23 25 125 1.4 B-153 14 55 23 32 19 22 1750 0.0 B-154 14 55 19 36 23 30 1750 2.1 B-157 5 54 20 33 21 25 625 1.1 B-158 7 36 14 21 17 23 875 0.8 B-159 9 52 20 32 15 20 1125 3.7 B-160 5 60 19 41 22 31 625 3.1 B-161 14 46 15 31 18 23 1750 0.6 B-162 7 58 17 41 19 29 875 6.5 B-163 7 44 15 28 19 24 875 1.9 B-164 7 55 18 38 23 35 875 9.6 B-166 1 61 24 37 21 34 125 7.1 Plate A.192b SWELL TEST RESULTS VNG Walsh Ranch Phase PA6 E N G )EEN NE of intersection Walsh Ranch Pkwy and 1-20 £ N G E Fort Worth, Texas Rone Project Number: 23-28077 Boring Depth (ft) Liquid Limit Plastic Limit Plasticity Index Initial MC M Final MC (° ) /o Load (psf) Swell o (/o) B-169 7 49 15 34 15 22 875 5.7 B-171 9 51 16 35 14 20 1125 3.0 B-172 14 51 16 35 20 22 1750 0.0 B-173 7 52 19 33 12 16 875 2.4 B-174 14 41 12 29 9 20 1750 0.0 B-175 7 40 18 22 16 23 875 7.7 B-178 3 47 18 29 18 20 375 0.0 B-182 1 59 25 34 20 30 125 7.4 B-184 1 44 20 24 15 24 125 5.7 Plate A.192c U.S. Standard Sieve 100 M M Fif rr t aI ' 60 50 c LL c 40 d L' a 30 20 10 0------- 1000 100 >pening In Inches U.S. Standard Sieve Numbers Hydrometer o 0 0 0 0 0 0 0 Z Z v Z o Z O N Z of Z 1 10 1 Grain Size - mm Legend Sample No Depth (ft) Gravel (%) Sand (%) B-2 3 4-5.5' 0.0 5.6 Material Description CLAY, tan, with fine silt qGC OF Esi: 1972 0.1 0.01 0.001 Silt (%) I Clay (%) I USCS 62.4 31.9 CH GRAIN SIZE ANALYSIS Walsh Ranch, Phase-PA6 Fort Worth, Texas Rone Engineering Services, Ltd. 23-28077 I Plate A.193a U.S. Standard Sieve Opening In Inches U.S. Standard Sieve Numbers Hydrometer 100 Z 90 Z N C5 Z Z o_ 80 O Z o N OI . Z 70 60 50 LL c 40 d d a 30 20�' n 10 0 ------- ---- -- 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend Sample No Depth (ft) Gravel (%) Sand (%) Silt (%) Clay (%) USCS I B-69 4-6. I 0.0 12.5 I I I 65.0 22.5 CH I Material Description CLAY, tan, with fine silt GRAIN SIZE ANALYSIS R NE Walsh Ranch, Phase-PA6 :9ENC. Fort Worth, Texas E I2 I N G I Rone Engineering Services, Ltd. E S T: 1 9 7 2 I 23-28077 1 Plate A.193b BONE 8908 Ambassador Row, Dallas, TX, 75247 Corporate Phone: (214) 630-9745 U.S. Standard Sieve U.S. Standard Sieve Numbers Hvdrometer N 7 � p CDC) p 100 .� 90 80 70 r t 60 1� m 50 LL c 40 L' a 30 20 10 0 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend 9 Sample No Depth, ft p p % Gravel % Sand %Silt %Cla Y USCS B-99 4-5.5 0.0 50.6 31 12.7 CH Material Description Texture Tan Silty Lean Clay Loamy Sand RESULTS OF SIEVE ANALYSIS Walsh Ranch Phase PA6 23-28077 Rone Engineers 23-28077 1 PLATE A.193c U.S. Standard Sieve 100 90 80 ILf t 60 50 c LL c 40 d d a 30 20 10 0------- 1000 100 >pening In Inches U.S. Standard Sieve Numbers Hydrometer o 0 0 0 0 0 0 Z v, o Z o o Z Z of Z 10 1 Grain Size - mm Legend Sample No Depth (ft) Gravel (%) Sand (%) B-99 6-8. 0.0 10.2 Material Description CLAY, tan, with fine silt qGC OF Esi: 1972 0.1 0.01 0.001 Silt (%) I Clay (%) I USCS 60.2 29.5 CH GRAIN SIZE ANALYSIS Walsh Ranch, Phase-PA6 Fort Worth, Texas Rone Engineering Services, Ltd. 23-28077 I Plate A.193d U.S. Standard Sieve Opening In Inches U.S. Standard Sieve Numbers Hydrometer 100 • 71� 90 Z a Z 80 i1 N O � \ Z �• Z o 0 70 6 o r Z N •� Z � 60 \ 50 LL c 40 L 1 h a 30 20 - 10 n 0------- ---- -- 1000 100 10 1 0.1 0.01 0.001 Grain Size - mm Legend I Sample No I Depth (ft) I Gravel (%) I Sand (%) I Silt (%) I Clay (%) I USCS B-100 4-6' 3.5 22.9 47.7 25.9 CL Material Description Tan Clay w/ few calc nodules and fine silt GRAIN SIZE ANALYSIS Walsh Ranch, Phase-PA6 R NE Fort Worth, Texas 9C. E R FNG I Rone Engineering Services, Ltd. EST: 1972 I 23-28077 1 Plate A.193e U.S. Standard Sieve Opening In Inches U.S. Standard Sieve Numbers 100 a o o Z z o 90 o a 0 Z 80 r 70 60 50 LL c 40 d L' a 30 20 10 0 1000 100 10 1 Grain Size - mm Legend Sample No Depth (ft) Gravel (%) Sand (%) B-100 4-6' 0.0 29.6 Material Description Tan Clay w/ fine silt qGC OF Esi: 1972 a 0 a Z Hydrometer 0.1 0.01 0.001 Silt (%) I Clay (%) I USCS 51.9 18.6 CL GRAIN SIZE ANALYSIS Walsh Ranch, Phase-PA6 Fort Worth, Texas Rone Engineering Services, Ltd. 23-28077 I Plate A.193f 'R E ENG ER�IN� C9T: 19fZ Swell Pressure Test Project Name Walsh Ranch, Phase-PA6 Test End Date Project No. 23-28077 Reviewed By Description 0 USCS CH December 4, 2023 D. Hubbard Boring No. B-99 Moisture Content, (%) Depth, (ft) 6-8' Penetrometer, (tsf) Percent Swell, in -situ 3.9% Dry Unit Weight, (pcf) Liquid Limit 65 Saturation, (%) Plasticity Index 45 Void Ratio, (e ) Passing No. 200, (%) 90 Specific Volume, (v ) Specific Gravity, (Gs) 2.65 Restraining Pressure, (psf) Initial Final 18.0 25.1 4.00 3.50 109.1 102.9 92.4 109.5 0.516 0.608 1.52 1.61 2,619 875 4.50% I 3,000 4.00% ................................................................................................................. - _ - -A 2,500 3.50% - �- �Restrainingure ' - 3.00% returned to in -situ state E at this time - N 2,000 8 0 E m 2.50% — �..................... ........ ........ .............................................- 3 N' ....................................................................................................... �.......... 1,500 0. 102.00% .2 — �A'� -- c d 1.50% A `I1 - — ; A- 'Al C 1,000 N 1.00% - ...... ....... ........ .... ........................................................................................................................................................................................... 0.50% I 0.00% ^• ry D�, 4�, 1, �, ,gyp, Time (mins) +Time vs. Vertical Swell - A- Time vs. Restraining Pressure 1.620 1.600 1.580 E 1.560 >° 1.540 w 1.520 a to 1.500 1.480 1.460 18.0 Moisture Content (%) 25.1 500 0 Plate A.194a 'R E ENG ER�IN� C9T: 19fZ Project Name Walsh Ranch, Phase-PA6 Project No. 23-28077 Description 0 USCS CL Boring No. B-100 Depth, (ft) 6-8' Percent Swell, in -situ 0.0% Liquid Limit 41 Plasticity Index 26 Passing No. 200, (%) 60 Specific Gravity, (Gs) 2.64 100.00% 90.00% 80.00% 70.00% 60.00% d 3 N 50.00% m 40.00% 30.00% 20.00% 10.00% 0.00% iff.tlp, 1.540 ? 1.535 E >° 1.530 0 0 c. 1.525 fn 1.520 1.515 Swell Pressure Test Test End Date December 5, 2023 Reviewed By D. Hubbard Initial Final Moisture Content, (%) 19.3 20.6 Penetrometer, (tsf) 2.75 3.00 Dry Unit Weight, (pcf) 108.1 106.9 Saturation, (%) 97.1 100.5 Void Ratio, (e) 0.524 0.541 Specific Volume, (v) 1.52 1.54 Restraining Pressure, (psf) 970 875 O h ,�O ^h 60 0O ^�O ^�O ��O o00 000 ��O �q�o OHO boo boo OHO Oqo ram, rl,, p„ 4j, �, �, ^O, Time (mins) tTime vs. Vertical Swell - -A- Time vs. Restraining Pressure 19.3 Moisture Content (%) 20.6 980 960 940 W e. 920 d 860 840 820 Plate A.194b 'R E ENG ER�IN� C9T: 19fZ Swell Pressure Test Project Name Walsh Ranch, Phase-PA6 Test End Date Project No. 23-28077 Reviewed By Description Lean Clay (CL) USCS CL November 14, 2023 D. Hubbard Boring No. B-158 Moisture Content, (%) Depth, (ft) 6-8' Penetrometer, (tsf) Percent Swell, in -situ 0.7% Dry Unit Weight, (pcf) Liquid Limit 36 Saturation, (%) Plasticity Index 21 Void Ratio, (e ) Passing No. 200, (%) 76 Specific Volume, (v ) Specific Gravity, (Gs) 2.66 Restraining Pressure, (psf) 0.60% 0.50% 0 0.40% 3 N 0.20% 0.10% 0.00% Time (mins) tTime vs. Vertical Swell - iL- Time vs. Restraining Pressure 1.580 1.560 ? 1.540 E >° 1.520 0 c. 1.500 fn 1.480 1.460 17.4 Moisture Content (%) 22.6 Initial Final 17.4 22.6 4.5+ 4.50 110.8 106.1 92.9 106.5 0.498 0.565 1.50 1.56 1,953 875 2,500 2,000 W N Q N 1,500 a N Q rn c 1,000 .E m d 500 0 Plate A.194c /_1„:101WPA74 R NE FIELD EXPLORATION Subsurface conditions were defined by 188 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 % 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 R NE 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. -A R NE 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 RN- E' Rone Specification 400 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 RN E' 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 RN E' 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. END 5/19/21 Page 3 of 3 B.3 APPENDIX C . nnnfnnhninni Cnninnnninn Onnnnf 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 maybe 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 1-1 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. Geoenvironmental 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. GEOPROFESSIONAL BUSINESS SEA 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 GBAs 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 FORT ORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT ./� STANDARD PRODUCTS LIST AS OF 5/30/2025 s !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Design Concrete Class A (S dewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 19/9/2022 32 13 20 Mix Des n American Concrete Company 30CAF029 3000 psi 3-5" Slump; 3-6% Air 14/3/2025 32 13 20 Mix Design Big Town Concrete 2211 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 20 Mix Des t Bamco Texas 30U101AG 3000 psi 3-5" Slump; 3-6%Air 14/1/2024 32 13 20 Mix Design Branco Texas 30U500BG 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 20 Mix Des t Carder Concrete FWCC502001 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 20 Mix Design Carder Concrete FWCC502021 3500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 20 Mix DesP Chisholm Trail Redi Mix C13020AE 3000 psi 3-5" Slump; 4.5-7.5%Air 14/28/2025 32 13 20 Mix Design Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 20 Mix Des' IF City Concrete Coirwany 30HA201I 3000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 20 Mix Design Cow Town Redi Mix 253-W 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 1320 Mix Design Cow Town Redi Mix 250 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 1320 Mix Design Cow Town Redi Mix 350 3000 psi 3-5" Slump; 3-6%Air 11/29/2024 32 13 20 Mix Des' IF Estrada Ready Mix R3050AEWR 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 1320 Mix Design Holcim - SOR, Inc. 1261 3000 psi 3-5" Slump; 3-6%Air 19/23/2024 32 13 20 Mix Des' Holcim - SOR, Inc. 5177 3000 psi 3-5" Slump; 3-6% Air 15/8/2025 32 1320 Mix Design Holcim - SOR, Inc. 530WA-TI 3000 psi 3-5" Slump; 3-6%Air 14/7/2023 32 13 20 Mix Des' Liquid Stone C301D 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 1320 Mix Design Martin Marietta R2136214 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 1320 Mix DesP Martin Marietta R2136014 3000 psi 3-5" Slump; 3-6% Air 14/l/2023 32 1320 Mix Design Martin Marietta R2136N14 3000 psi 3-5" Slump; 3-6%Air 16/1/2023 32 1320 Mix Desp Martin Marietta R2136R20 3000 psi 3-5" Slump; 3-6%Air 1 6/1/2023 32 1320 Mix Desi Martin Marietta R2136N20 3000 psi 3-5" Slump; 3-6% Air 111/2/2022 32 1320 Mix Desp Martin Marietta R2141K24 4000 psi 3-5" Slump; 3-6%Air 14/7/2023 32 1320 Mix Desi Martin Marietta 112136K14 3000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 1320 Mix Desp Martin Marietta R2131314 3000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 1320 Mix Desi Martin Marietta R2132214 3000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 1320 Mix Desp Martin Marietta D9490SC 3000 psi 3-5" Slump; 4.5-7.5%Air 1 5/9/2025 32 1320 Mix Desi Martin Marietta 1121361114 3000 psi 3-5" Slump; 3-6% Air 110/4/2023 32 1320 Mix Desp NBR Ready Mix CLS A-YY 3000 psi 3-5" Slump; 3-6% Air 1 10/4/2023 32 1320 Mix Desi NBR Ready Mix CLS A -NY 3000 psi 3-5" Slump; 3-6% Air 17/10/2023 32 1320 Mix Desp Osburu 30A50MR 3000 psi 3-5" Slump; 3-6%Air 1 1/18/2023 32 1320 Mix Desi Rapid Redi Mix RRM5020A 3000 psi 3-5" Slump; 3-6% Air 11/24/2023 32 13 20 Mix Desp Rapid Redi Mix RRM5525A 3600 psi 3-5" Slump; 3-6%Air 1 10/24/2024 32 1320 Mix Desi SRM Concrete 30850 3000 psi 3-5" Slump; 3-6% Air 1 10/24/2024 32 1320 Mix Design SRM Concrete 30350 3000 psi 3-5" Slump; 3-6% Air 1 10/18/2024 32 1320 Mix Desp SRM Concrete 30050 3000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 1320 Mix Design Tarrant Concrete FW5025A 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 1320 Mix Desp Tarrant Concrete CP5020A 3000 psi 3-5" Slump; 3-6% Air 1 10/10/2022 32 1320 Mix Design Tarrant Concrete TCFW5020A 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 1320 Mix Desp Tarrant Concrete FW5525A2 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 1320 Mix Design Titan Ready Mix 3020AE 3000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 1320 Mix Design True Grit Redi Mix 0250.230 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 1320 Mix Design True Grit Redi Mix 0250.2301 3000 psi 3-5" Slump; 3-6%Air Class CIP Inlets, Manholes, Junction Boxes, Encasement, Blocking, Collars, (SRread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 19/9/2022 32 13 13 1 Mix Des American American Concrete Company 40CNF0 5 4000 psi 3-5" Slump; 0-3%Air 19/9/2022 32 13 13 1 Mix Design Branco Texas 40U500BG 4000 psi 3-5" Slump; 3-6%Air 14/28/2025 32 1320 1 Mix Desp Chisholm Trail Redi Mix CT6020A 3600 psi 3-5" Slump; 3-6% Air 14/28/2025 32 1320 1 Mix Design Chisholm Trail Redi Mix CTFW5520A 3600 psi 3-5" Slump; 3-6% Air 14/28/2025 32 13 20 Mix Desp Chisholm Trail Redi Mix CTFW6020A 4000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Desp Cow Town Redi Mix 355 3000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Desp Cow Town Redi Mix 270 5000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370 5000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Desp Cow Town Redi Mix 353 3000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Desp Cow Town Redi Mix 357 3600 psi 3-5" Slump; 3-6% Air 5/7/2025 32 13 13 Mix Design Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6% Air 12/7/2025 32 13 13 Mix Desp Holcim - SOR, Inc. 1701 4000 psi 3-5" Slump; 3-6%Air 12/7/2025 32 13 13 Mix Design Holcim - SOR, Inc. 1551 3000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix DesV Holcim - SOR, Inc. 5409 4000 psi 3-5" Slump; 3-6%Air 14/27/2023 32 13 13 Mix Design Liquid Stone C361DNFA 3600 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix DesF Martin Marietta R2141230 4000 psi 3-5" Slump; 3-6%Air 18/4/2023 32 13 13 Mix Design Martin Marietta R2141R24 4000 psi 3-5" Slump; 3-6%Air 1 11/20/2023 32 13 13 Mix Dest Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air 11/20/2023 32 13 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Dest Martin Marietta R2142233 3600 psi 3-5" Slump; 4.5-7.5%Air 19/9/2022 32 13 13 Mix Design Martin Marietta R2136224 3600 psi 3-5" Slump; 3-6%Air Page 1 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 5/30/2025 I...Concrere ( ontinues) I9/9/2022 32 13 13 Mix Desn Martin Marietta R2141233 3600 psi 3-5" Slump; 3-6%Air I9/9/2022 32 13 13 Mix Design Martin Marietta R2146038 4500 psi 3-5" Slump; 3-6% Air I10/24/2024 32 13 13 Mix Dest Martin Marietta R2146K34 4000 psi 3-5" Slump; 3-6% Air I5/5/2025 32 13 13 Mix Design Martin Marietta R2146R35 4000 psi 3-5" Slump; 3-6%Air I5/5/2025 33 13 13 Mix DesV Martin Marietta R2146K35 4000 psi 3-5" Slump; 3-6%Air I5/5/2025 33 13 13 Mix Design Martin Marietta R2146N33 4000 psi 3-5" Slump; 3-6%Air I9/12/2023 32 13 13 Mix Des' IF NBR Ready Mix CLS Pl-YY 4000 psi 3-5" Slump; 3-6%Air I9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY 3000 psi 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Mix Des' NBR Ready Mix TX C-NY 3000 psi 3-5" Slump; 3-6% Air I1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A 3000 psi 3-5" Slump; 3-6%Air I1/18/2023 32 13 13 Mix Des' Rapid Redi Mix RRM6020ASS 4000 psi 3-5" Slump; 3-6%Air 10/24/2024 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6% Air I10/24/2024 32 13 13 Mix DesP SRM Concrete 40850 4000 psi 3-5" Slump; 3-6%Air I9/16/2024 32 13 13 Mix Design SRM Concrete 35050 3500 psi 3-5" Slump; 3-6%Air I4/28/2025 32 13 13 Mix DesP SRM Concrete 36850 3600 psi 3-5" Slump; 3-6%Air I9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A 3000 psi 3-5" Slump; 3-6%Air I10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A2 4000 psi 3-5" Slump; 3-6%Air Class C (Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 3141 10-D605) I9/9/2022 32 13 13 Mix Design Burnco exas 36U500BG 3600 psi 5.5-7.5" Slump; 3-6% Air I6/21/2023 32 13 13 Mix Desgn Cow Town Redi Mix 360-DS 3600 psi 5.5-7.5" Slump; 3-6%Air 110/30/2024 32 13 13 Mix Desp Estrada Ready Mix R36575AEWR 3600 psi 5.5-7.5" Slump; 3-6% Air 112/5/2022 32 13 13 Mix Desp Holcim - SOR, Inc. 1822 3600 psi 5.5-7.5" Slump; 0-3% Air I9/9/2022 32 13 13 Mix Desp Holcim - SOR, Inc. 1859 4000 psi 5.5-7.5" Slump; 3-6% Air I4/7/2023 32 13 13 Mix Desp Liquid Stone C361DHR 3600 psi 5.5-7.5" Slump; 3-6%Air I6/27/2023 32 13 13 Mix Desp Martin Marietta U2146N41 3600 psi 5-7" Slump; 3-6% Air I6/27/2023 32 13 13 Mix Desp Martin Marietta U2146K45 3600 psi 5-7" Slump; 3-6% Air I5/9/2025 2 13 13 Mix Desp Martin Marietta U2146R41 3600 psi 5-7" Slump; 3-6% Air I8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K2524 3600 psi 5.5" Slump; 3-6%Air I8/22/2024 32 13 13 Mix Design NBR Ready Mix 13SK0524 3600 psi 5.5" Slump; 3-6%Air Class C Headwalls, Wing walls, Culverts I9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602001 4000 psi 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Mix DesF City Concrete Corrivany 40LA2011 4000 psi 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-2 3600 psi 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Mix DesF Cow Town Redi Mix 360-1 3600 psi 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-1 3600 psi 3-5" Slump; 3-6% Air I1/29/2024 32 13 13 Mix Desp Estrada Ready Mix R3655AEWR 3600 psi 3-5" Slump; 3-6%Air I9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4000 4000 psi 3-5" Slump; 3-6% Air I4/1/2023 32 13 13 Mix Desp Martin Marietta 310LBP 3600 psi 3-5" Slump; 4-7%Air I8/30/2023 32 13 13 Mix Design Martin Marietta R2141R30 4000 psi 3-5" Slump; 3-6%Air I9/9/2022 32 13 13 Mix DesF Martin Marietta R2146035 4000 psi 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Mix Design SRM Concrete 40050 4000 psi 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Mix Desp SRM Concrete 35022 3600 psi 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A2 4000 psi 3-5" Slump; 3-6%Air Class P (Machine Placed Pav'ng) I4/3/2025 32 13 13 Mix Design Big town Concrete 4511 3600 psi 1-3" Slump; 3-6%Air I4/3/2025 32 13 13 Mix DesV Big Town Concrete 4411 3600 psi 1-3" Slump; 3-6% Air I9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi 1-3" Slump; 3-6%Air I9/9/2022 32 13 13 Mix Desp Carder Concrete FWCC602091 4000 psi 1-3" Slump; 3-6%Air I9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi 1-3" Slump; 3-6% Air I9/9/2022 33 13 13 Mix DesV Cow Town Redi Mix 257-M 3600 psi 1-3" Slump; 3-6%Air I11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi 1-3" Slump; 3-6%Air I9/9/2022 32 13 13 Mix Desn Cow Town Redi Mix 260-M 4000 psi 1-3" Slump; 3-6% Air I9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi 1-3" Slump; 3-6% Air I2/6/2024 32 13 13 Mix Desn Estrada Ready Mix TD3655AEWR 3600 psi 1-3" Slump; 3-6%Air I5/20/2025 32 13 13 Mix Design Gilco Contracting Inc 36MP1643 3600 psi 1-3" Slump; 3-6%Air I5/12/2025 32 13 13 Mix Desn Holcim - SOR, Inc. 1703 4000 psi 1-3" Slump; 3-6%Air 8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 4000 psi 1-3" Slump; 3-6%Air I11/2/2022 32 13 13 Mix Desn Martin Marietta Q2141K30 4000 psi 1-3" Slump; 3-6%Air I5/5/2025 32 13 13 Mix Design Martin Marietta Q2141N27 4000 psi 1-3" Slump; 3-6%Air I10/4/2023 32 13 13 Mix Desn NBR Ready Mix TX C SF-YY 3600 psi 1-3" Slump; 3-6%Air 10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF -NY 3600 psi 1-3" Slump; 3-6% Air I10/24/2024 32 13 13 Mix Desp SRM Concrete 40068 4000 psi 1-3" Slump; 3-6%Air I10/24/2024 32 13 13 Mix Design SRM Concrete 40825 4000 psi 1-3" Slump; 3-6%Air I9/16/2024 32 13 13 Mix Desp SRM Concrete 40025 4000 psi 1-3" Slump; 3-6%Air I10/18/2024 32 13 13 Mix Design SRM Concrete 35023 3600 psi 1-3" Slump; 3-6%Air I9/9/2022 32 13 13 Mix Dest Tarrant Concrete FW5520AMP 3600 psi 1-3" Slump; 3-6%Air I9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi 1-3" Slump; 3.5-6.5%Air I9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi 1-3" Slump; 3.5-6.5%Air Page 2 of 6 FORT ORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT ./� STANDARD PRODUCTS LIST AS OF 5/30/2025 s !!!!!!!! Attention: Mix Designs do not supersede CFW Specifications !!!!!!!!!! Approval Spec No. (lassification Nhnuta,tm"', Mix 11) Mix Description Design Class H (hand Placed Paving Valley Gutter) 19/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi 3-5" Slump; 3-6%Air 15/2/2023 32 13 13 Mix DesIF BV D Concrete CM14520AE 4500 psi 3-5" Slump; 3-6%Air 14/3/2025 32 13 13 Mix Design Big Town Concrete 6211 4500 psi 3-5" Slump; 3-6%Air 14/3/2025 32 13 13 Mix DesIF BV Town Concrete 6311 4500 psi 3-5" Slump; 3-6%Air 14/5/2025 32 13 13 Mix Design Big Town Concrete 6017 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Des p Bumeo Texas 45U500BG 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi 3-5" Slump; 3-6%Air 14/28/2025 32 13 13 Mix Design Chisholm Trail Redi Mix CTFW6520A 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design City Concrete Company 45NA201I 4500 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi 3-5" Slump; 3-6%Air 1 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/ 4500 psi 3-5" Slump; 4-6%Air 19/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi 3-5" Slump; 3-6%Air 15/20/2025 32 13 13 Mix Design Gilco Contracting Inc 45HP1643 4500 psi 3-5" Slump; 3-6%Air 1 10/4/2024 32 13 13 Mix Design Holcim - SOR, Inc. 5507 4500 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 1851 4500 psi 3-5" Slump; 3-6% Air 15/8/2025 32 13 13 Mix Design Holcim - SOR, Inc. 545WA-TI 4500 psi 3-5" Slump; 3-6%Air 14/5/2025 32 13 13 Mix Design Liquid Stone C451D 4500 psi 3-5" Slump; 3-6%Air 1 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 4500 psi 3-5" Slump; 3-6%Air 18/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 4500 psi 3-5" Slump; 3-6%Air 1 11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4500 psi 3-5" Slump; 3-6%Air 15/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 4500 psi 3-5" Slump; 3-6%Air 1 12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 4500 psi 3-5" Slump; 3-6% Air 1 12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 4500 psi 3-5" Slump; 3-6% Air 1 11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4500 psi 3-5" Slump; 3-6% Air 111/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4500 psi 3-5" Slump; 4.5-7.5% Air 19/9/2022 32 13 13 Mix Design Martin Marietta R2146236 4500 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Martin Marietta R2146036 4500 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Martin Marietta R2146242 4500 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Martin Marietta R2146042 4500 psi 3-5" Slump; 3-6% Air 1 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY 4500 psi 3-5" Slump; 3-6% Air 1 10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY 4500 psi 3-5" Slump; 3-6% Air 17/10/2023 32 13 13 Mix Design Osburo 45A60MR 4500 psi 3-5" Slump; 3-6%Air 1 1/24/2023 32 13 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi 3-5" Slump; 3-6% Air 12/7/2025 32 13 13 Mix Design SRM Concrete 45023 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design SRM Concrete 45000 4500 psi 3-5" Slump; 3-6%Air 15/23/2025 32 13 13 Mix Design SRM Concrete 45300 4500 psi 3-5" Slump; 3-6%Air 1 10/24/2024 32 13 13 Mix Design SRM Concrete 45350 4500 psi 3-5" Slump; 3-6% Air 1 10/24/2024 32 13 13 Mix Design SRM Concrete 45850 4500 psi 3-5" Slump; 3-6% Air 1 10/18/2024 32 13 13 Mix Design SRM Concrete 45050 4500 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi 3-5" Slump; 3.5-6.5% Air 19/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 4500 psi 3-5" Slump; 3-6%Air 1 10/9/2024 32 13 13 Mix Design Wildcatter 4520AI 4500 psi 3-5" Slump; 3-6%Air Class HES )/-�-igh Early Strength Paving) 19/9/2022 32 13 13 Mix Design I Big D Concrete 14500AE 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Des0o Cow Town Redi Mix 370-INC 4500 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Des0o Cow Town Redi Mix 370-NC 4500 psi 3-5" Slump; 3-6% Air 1 1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi 3-5" Slump; 3-6%Air 11/29/2024 32 13 13 Mix Desi IEstrada Ready Mix 4575AESC 4500 psi / 3000 psi (d,) 3 days 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Design IHolcim - SOR, Inc. 2125 5000 psi 3-5" Slump; 3-6%Air 1 1/24/2023 32 13 13 Mix Desi I Liquid Stone C451DHR-A 4500 psi 3-5" Slump; 3-6%Air 14/7/2023 32 13 13 Mix Design I Martin Marietta R2161K70 6000 psi / 3000 psi (& 24hr. 3-5" Slump; 3-6%Air 12/10/2023 32 13 13 Mix Desi SRM Concrete 50310 5000 psi 3-5" Slump; 3-6%Air 12/7/2025 32 13 13 Mix Design SRM Concrete 40326 4500 psi / 3000 psi (Zil 3 days 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Desi Tarrant Concrete FW6520AMR 4500 psi / 3000 psi O 3 days 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix DesignTarrant Concrete FW7520AMR 4500 psi / 3000 psi (a, 3 days 3-5" Slump; 3-6%Air Page 3 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 5/30/2025 Class S (Bridge Slabs, Top Sl-bs of Direct Traffic Culverts. A}�proach Slabs) 19/9/2022 32 13 13 Mix Desp Cow Town Redi Mix 260 4000 psi 3-5" Slump; 3-6% Air 19/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi 3-5" Slump; 3-6%Air 19/9/2022 32 13 13 Mix Des t Cow Town Redi Mix 365-STX 4000 psi 3-5" Slump; 3-6% Air 1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 4000 psi 4-6" Slump; 3-6%Air 15/3/2023 32 13 13 Mix Des t Martin Marietta M7842344 4000 psi 3-5" Slump; 4.5-7.5%Air 14/1/2023 32 13 13 Mix Design Martin Marietta R21461`33 4000 psi 3-5" Slump; 3-6%Air 14/15/2024 32 13 13 Mix Des' NBR Ready Mix TX S-NY 4000 psi 3-5" Slump; 3-6%Air 14/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY 4000 psi 3-5" Slump; 3-6%Air 14/5/2025 32 13 13 Mix DesP SRM Concrete 40850 4000 psi 3-5" Slump; 3-6%Air 14/5/2025 32 13 13 Mix Design SRM Concrete 40350 4000 psi 3-5" Slump; 3-6%Air 15/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4000 psi 3-5" Slump; 3-6%Air Concrete Base Trench Repair 14/1/2023 033416 Design Burnco Texas YH50BF 1000 psi 8.5-11.5%Air 19/9/2022 IMix 03 34 16 Mix Design Branco Texas II 08Y450BA I 800 psi (Flowable; 5-7" Slump; 3-6% Air Controlled Low Strength Material (Plowable Fill) 12/7/2025 03 34 13 Mix Design Burnco Texas OI Y69OBF 100 psi Flowable; 9.5-11.5% An 15/19/2025 0334 13 Mix Des' Bumco Texas OIZ180AF 100 psi Flowable; 9.5-11.5% Air 19/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi 3-5" Slump; 8-12%Air 19/9/2022 0334 13 Mix Des' Carder Concrete FWFF237501 50-150 psi Flowable; 8.5-11.5% Air 19/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Flowable; 8-12% Air 19/9/2022 0334 13 Mix Des' IV Cow Town Redi Mix Mix# 9 70 psi 7-9" Slump; 8-11 % Air 5/12/2025 03 34 13 Mix Des1V Holcim - SOR, Inc. 3741 100 psi Flowable; 12.0-24.0% Air 110/4/2023 03 34 13 Mix Des1P,p NBR Ready Mix FTW FLOW FILL 150 psi 7-10" Slump; 8-12%Air 12/7/2025 03 34 13 Mix Des1ip SRM Concrete 910 150 psi Flowable; 8-12% Air 19/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable; 8-12% Air 14/1/2023 ConcreteRaV ete �Muc si Martin Marietta R2141030 4000 psi 3-5"Slump; 3-6%An 14/1/2023 313700 IMix Destg�n (Martin Marietta IR2146033 I 4000 psi I3-5"Slump; 3-6%Air As halt Pavigg 19/9/2022 32 16 Mix Desii Austin Asphalt FT5B 117965 FT513 117965 PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Desgn Austin Asphalt FTIBI39965 FT1B 139965 PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Desp Austin Asphalt FT1B117.2 FT1B 117.2 PG64-22 Type B Fine Base 1 5/1/2024 32 12 16 Mix Design Reynolds asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 19/9/2022 32 12 16 Mix Desp Reynolds AsljhaIt 1112B 1112B PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base 14/4/2025 32 12 16 Mix Desp Reynolds Asphalt 2315B 2315B PG64-22 TyQe B Fine Base 1 12/5/2022 33 12 16 Mix Design Surmount Paving 3076BV6422 3076BV6422 PG62-�2 Type B Fine Base 19/9/2022 32 12 16 Mix Despp Surmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Tye B Fine Base 19/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fme Base 19/9/2022 32 12 16 Mix Despp TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base 19/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface 14/1/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface Detectable Warning Surface 19/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC) Tactile Pavers 19/9/2022 32 13 20 DWS -Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers 19/9/2022 32 1320 DWS - Composite Armor Tile 19/9/2022 32 1320 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver 14/7/2023 32 1320 DWS - Pavers ADA Solutions (Wilmington, MA) Detectable Warning Pavers Silicone Joint Sealant 19/9/2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 19/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL -Cold Applied, Sile Component, Silicone Jomt Sealant ASTM D5893 19/9/2022 32 13 73 �32 Joint Sealant Pecom 300SL 300SL - Cold Applied, Singi)e Component, Silicone Joint Sealant ASTM D5893 19/9/2022 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893 Page 4 of 6 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 5/30/2025 Utility Trench Embedment Sand 19/9/2022 3305 lb Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33 19/9/2022 3305 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33 19/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 19/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33 19/9/2022 3305 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33 Storm Sewer - Manholes & Bases/Frames & Covers/Standard ound) 33-05-13 19/28/2018 3305 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHR #220605 MHRC #220605 (Size - **24" Dia.) ASTM A48 AASHTO M306 19/28/2018 3305 13 Manhole Cover Neenah Form NF-1274-T91 NF-1274-T91 (Size - 32" Dia.) ASTM A48 AASHTO M306 19/28/2018 3305 13 Manhole Frames and Cov.Neenah Fount NF-1743-LM (Hinged) NF-1743-LM (Hinged) (Size - 32" Dia.) ASTM A48 AASHTO M306 19/28/2018 3305 13 Manhole Frame Neenah Form NF-1930-30 NF-1930-30 (Size - 32.25" Dial ASTM A48 AASHTO M306 19/28/2018 3305 13 Manhole Frames and Covr, Neenah Fount R-1743-HV R-1743-HV (Size - 32" Dial ASTM A48 AASHTO M306 14/3/2019 3305 13 Manhole Frames and Cov,,SIP Industries ++ 2279ST 2279ST (Size - 24" Dia.) ASTM A48 AASHTO M306 14/3/2019 3305 13 Manhole Frames and CovwSIP Industries ++ 2280ST 2280ST (Size - 32" Dial ASTM A48 AASHTO M306 110/8/2020 3305 13 Manhole Frames and COV✓EJ ( Formally East Jordan Iron Works) EJ 1033 Z2/A EJ1033 Z2/A Tize - 32.25" Dial ASTM A536 AASHTO M306 13/8/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2296T 2296T (Size - **24" Dia.) ASTM A48 AASHTO M306 16/18/2024 3305 13 Curb Inlet Covers SIP Industries ++ 2279STN 2279STN (Size - 24" Dia.) ASTM A48 AASHTO M306 **Note. All new development and new installation manhole ids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 33. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Storm Sewer - Inlet & Structures 33-05-13 110/8/2020 33 49 20 Curb Inlets Fonterra FRT-1 Ox3-405-PRECAST** (Size - 10' X 3') ASTM C913 110/8/2020 33 49 20 Curb hdets Fonterra FRT-lOx3-406-PRECAST** Size - 10' X 3') ASTM C913 110/8/2020 33 49 20 Curb Inlets Fonterm FRT-1 Ox4.5-407-PRECAST* (Size - 10' X 4.5') ASTM C913 110/8/2020 33 49 20 Curb hilets Fonterra FRT-1Ox4.5-420-PRECAST** (Size - 10' X 4.5') ASTM C913 110/8/2020 33 39 20 Manhole Fonterm FRT-4X4-409-PRECAST-TOP (Size - 4' X T) ASTM C913 110/8/2020 33 39 20 Manhole Fonterra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4') ASTM C913 110/8/2020 33 39 20 Manhole Fonterm FRT-5X5-410-PRECAST-TOP (Size - 5' X T) ASTM C913 110/8/2020 33 39 20 Manhole Fonterra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5') ASTM C913 110/8/2020 33 39 20 Manhole Fonterm FRT-6X6-411-PRECAST-TOP (Size - 6' X 6') ASTM C913 110/8/2020 33 39 20 Manhole Fonterra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6') ASTM C913 13/19/2021 33 49 20 Curb Inlets Thompson Poe Group TPG-IOX3-405-PRECAST INLET** (Size - 10' X 3') ASTM 615 13/19/2021 33 49 20 Curb hilets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3') ASTM 615 13/19/2021 33 49 20 Curb Inlets Thompson Poe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X T) ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4') ASTM 615 13/19/2021 33 3920 Manhole Thompson Poe Group TPG-4X4-409-PRECAST BASE (Size - TX T) ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT ItI ER (Size - TX 4') ASTM 615 13/19/2021 33 39 20 Manhole Thompson Poe Group TPG-5X5-410-PRECAST TOP (Size - 5' X T) ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5') ASTM 615 13/19/2021 33 3920 Manhole Thompson Poe Group TPG-5X5-412-PRECAST 5-FT RISER�Size - 5' X 5') ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - X 6') ASTM 615 13/19/2021 33 3920 Manhole Thompson Poe Group TPG-6X6-41 1 -PRECAST BASE (Size - 6' X 6') ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT ItI ER (Size - 6' X 6') ASTM 615 13/19/2021 33 3920 Manhole Thompson Poe Group TPG-7X7-411-PRE�y TOP (Size - TX T) ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRE / T BASE (Size - TX T) ASTM 615 13/19/2021 33 39 20 Manhole Thompson Poe Group TPG-7X7-412-PRECAST 4-FT RISER f Size - TX T) ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-SX8-411-PRECAST TOP (Size - g X 8') ASTM 615 13/19/2021 33 3920 Manhole Thompson Poe Group TPG-8X8-41 1 -PRECAST BASE (Size - 8' X 8') ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RI ER (Size - 8' X 8') ASTM 615 13/19/2021 33 49 20 Drop Inlet Thompson Poe Group TPG-4X4-408-PRECAST INLET (Size - TX T) ASTM 615 13/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5') ASTM 615 13/19/2021 33 49 20 DroQ Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET,Size - 6' X 6') ASTM 615 18/28/2023 3349 10 M ole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4') ASTM C478 18/28/2023 3349 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 81 ASTM C478 18/28/2023 3349 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - TX 4') ASTM C478 18/28/2023 3349 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 51 ASTM C478 18/28/2023 3349 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6') ASTM C478 18/28/2023 3349 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Stze - 8' X 8') ASTM C478 18/28/2023 3349 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8' ASTM C478 18/28/2023 3349 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Stze - TX T) ASTM C433 18/28/2023 33 39 20 Curb Inlet 10'x 3' Riser Thompson Pipe Group Wet Riser (Size - 3 FT) ASTM C913-16 18/28/2023 33 3920 Curb Inlet 15 'x 3' Riser Thompson Poe Group Met Riser (Size - 3 FT) ASTM C913-16 18/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Wet Riser (Size - 3 FT) ASTM C913-16 Page 5 of 6 J..-Storm Se Per - Inlet & Structures Continues 1 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4') 1 1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop hilet (5' X 5') 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Transition MH f 4' MH on the top of 5' JB) 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Transition MH f4' MH on the top of 6' JB) 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Transition MH (4' MH on the top of 8' JB) 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB) 17/16/2024 33 49 20 Club Inlets AmeriTex Pipe &Products l Ox3 Precast** (Size 10' x 39 1 7/16/2024 33 49 20 Club hdets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 32 **Note. Precast inlets are approved for the stage [portion j'the structure (basin) only. Stage II portion q'the structure are required to be cast in place. No exceptions to this requirement shall be allowed Storm Sewer - Pies & Boxes 33-05-13 14/9/2021 3341 13 Storm Dram Pipes Advanced Drainage Systems, Inc. (ADS) 1 8/28/2023 3341 10 Storm Drain Pipes Rinker Materials 1 8/28/2023 3341 10 Culvert Box Rinker Materials 1 10/12/2023 3341 10 Storm Drain Pipes AmeriTex Pipe &Products 110/12/2023 3441 10 Culvert Box AmeriTex Pipe &Products 110/18/2023 3541 10 Storm Drain Pipes The Turner Co. 1 10/18/2023 3341 10 Culvert Box The Turner Co. 14/12/2024 3341 10 Storm Drain Pipes Thompson Pipe Croup 16/25/2024 3341 10 Culvert Box Oldcastle 1 6/25/2024 3341 10 Storm Drain Pipes Oldcastle Revision Comments (1-29-2025) Removed Argos, Ingram, Redi-Mix, Charleys (4-3-2025) Bigti wn Concrete updated Mix ID's (4-5-2025) 03 34 13 CLSM specification ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60") Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 2 1 " or larger) Reinforced Concrete Box Culvert (Sze - Various) Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) Reinforced Concrete Box Culvert (size - Various)) Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) Reinforced Concrete Box Culvert (size - Various) Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) Reinforced Concrete Box Culvert Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM F2881 & AASHTO M330 ASTM C76, C655 ASTM C789, C850 ASTM C76, C506 ASTM C1433,C1577 ASTM C76, C506 ASTM C1433,C1577 ASTM C76, C506 ASTM C1433,C1577 ASTM C76, C506 Page 6 of 6 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.