Loading...
HomeMy WebLinkAbout064174-PM1 - Construction-Related - Contract - D.R. Horton, Inc. and Wright Construction Co., INC.CSC No. 64174-PM1 00 00 00 STANDARD CONSTRUCTION SPIiCIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions nn i i i� r�.,:..,.:,.r .,, u;aao,-� �� nn � i i� r��..-.,,.�;,.�., .,, u:aao..., �� 89-4-�-88 � 00 42 43 Proposal Form Unit Price nno ��� � nn nc i i u;aao.-� n.-o,,,,.,i;�;,..,�;,,r�� �r 00 45 12 Prequalification Statement nn�� u;aao,- v,-o,,,,.,i;�;,..,+;,,� ��y9',�16�:tiJ14 00 45 26 Contractor Compliance with Workers' Compensation Law gg�5-4g r,�:�,...:�., �„�:�o�� ��+o......:�o r_,,,,� 00 52 43 Agreement 00 61 25 Certificate of Insurance 00 62 13 Performance Bond 00 62 14 Payment Bond 00 62 19 Maintenance Bond gg�gg r-�o�o..,,i r„�a:+:,,�� gg�gg e„���o,..o„�.,,-., r„�a;�:,.r� 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects Division Ol - General Requirements O1 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting ni �i �n n,-,.:o,.�raoo�;�,�� �o O1 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements 9�8--88 ��. ar.� ��v.,,.�.;� O1 71 23 Construction Staking O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents Last Revised n � i���n n � i���n nn in�T OS/22/2019 nn in�T nn in�n� 09/O 1 /2015 n� in��n 04/02/2014 n Q i��� 06/ 16/2016 07/O 1 /2011 O1/31/2012 O1/31/2012 O1/31/2012 „n� n� in�� O1/10/2013 Last Revised 12/20/2012 08/30/2013 08/30/2013 n� in� i��r 08/30/2013 08/30/2013 08/30/2013 03/20/2020 07/O 1 /2011 07/O 1 /2011 07/O l /2011 03/20/2020 04/07/2014 nn in� i�T 04/07/2014 04/07/2014 04/07/2014 04/07/2014 04/07/2014 CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPIiCIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http : Ufortwo rthtexas. gov/tpw/contractors/ or httns:Uanps.fortworthtexas.gov/ProiectResources/ Division 02 - Existing Conditions � 02 41 13 Selective Site Demolition � 02 41 14 Utility Removal/Abandonment � 02 41 15 Paving Removal Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete � 03 34 13 Controlled Low Strength Material (CLSM) I�2�o C�:U��IJ iz.,�o r�.,+o,-;.,i �,- rr.-or,.i, vo...,;,- I�8 na„a;�;,.,,�;,,�� .,, �.,;��:�,. r,,.,,.,-o�o c�..,,,.+,,,-o� Division 26 - Electrical I���no r,,,.,,�,,.r �a�,»-i, no�„i�� �.- �io,..,-;,..,i I7��o Tlo,�.,,1;�;,», F,- T11o..4,-;...,1 C..�4o,v.� � 26 OS 33 Raceways and Boxes for Electrical Systems � 26 OS 43 Underground Ducts and Raceways for Electrical Systems I''ti�o Eorrr�rri,.,,�;,.�� r�r„��: T,,,,.� r„�a,,:. Division 31 - Earthwork � 31 10 00 Site Clearing � 31 23 16 Unclassified Excavation �?'��? �� � 31 24 00 Embankments � 31 25 00 Erosion and Sediment Control � �'�o Ftak�ie�s � 31 37 00 Riprap Division 32 - Exterior Improvements I�7�T Do,.w..,rorf n ��L�,,,f D,,.,;r,. �o,.,,:r I� ��Q rro,v.,.,,,.,,,.., n,- n o,.,,;.. ��l�lt �1.� � 32 O1 29 Concrete Paving Repair � 32 11 23 Flexible Base Courses � 32 11 29 Lime Treated Base Courses I�, 11 ✓� �o...o�. -r,.o.,.oa �.,�o �,.,,,.�o� ��, ll?? T� �'�od fi�il ft�Yili�� � �"'�o �'\,'�1�?t �i✓.�g � �''�� �'\,�1�?t �ir:�g-C�ac�l Eaa�ant� Last Revised 12i2oi2oiz � 12/20/2012 � 02/02/2016 � 12/2oi2o12 � 12i2oi2oi2 � i�i�n�m� � Tz,rc,� �zz i�i�n�m� � Tz,rc,� �zz i i i���ni � � rrnz vT� i�i�n�m� � Tz,rc,� �zz 12/20/2012 I 07/O1/2011 I m i�� I 12/20/2012 O 1 /28/2013 n i i��� O 1 /28/2013 12/20/2012 i � i��� 12/20/2012 1 i /'I�z i � i��n� 12/20/2012 12/20/2012 12/20/2012 , � ��� n4i��� , � ��� , � ��� CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPIiCIFICATION DOCUMC:NTS Page 3 of 5 32 13 13 32 13 20 32 13 73 � ��o 32 16 13 � ��� � ��� ���� � ��o � ��� 32 32 13 32 91 19 329213 2 ��� Concrete Paving Concrete Sidewalks, Driveways and Barrier Free Ramps Concrete Paving Joint Sealants R,-;..1� T T,�.;� D.,�.;,�... Concrete Curb and Gutters and Valley Gutters ��.z:�nt���s r'„r�d�az Il��in�isg r��,,,;� �o�,.o� .,ra �.,.o� �x�;,-o �or,.o� .,ra r�.,.o� �x�,,,,a �or,.o., „�a r_„�o., Cast-in-Place Concrete Retaining Walls Topsoil Placement and Finishing of Parkways Hydro-Mulching, Seeding, and Sodding ��cne.:d E?�.�ruLJ 12/20/2012 06/05/2018 12/20/2012 17/7�z 10/OS/2016 iii��� iim� , � i�� i � i��i� i � i��i� 06/OS/2018 12/20/2012 12/20/2012 i � i��i� Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 O1 31 Closed Circuit Television (CCTV) Inspection ���o �s� Itt��rn„ „��.,;��:�,. co.. o.. c.,��ow.� �� nn i n r,.:�� �„ra:�,. „ra �io,.�..;,..,i T�,.i.,�:,,� �--�o �� nn i i r,»-,-„�;,,� r,,,,�.-„i rro�� c�.,�:,.r� �--�-TT �� nn i � na,,,�ro�;,,,,, n,,,,ao r.,��,,,a:,. n.-,,.o,.�;,.r c.,�.o,�. �--�-Tz �� nn �n rro,.,�,»-.,,-., �a�.,.o.- co,-.,;,.o� �--�-�o 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 33 OS 12 Water Line Lowering 33 OS 13 Frame, Cover and Grade Rings — Cast Iron 2 2 n�-vTi�zv iz-c'Hi� ,�-cvP�•. � "•���:�����e 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade ���o r�„r,.,-o�o �x�.,�o.- ��,,,,i�� 33 OS 17 Concrete Collars �� nc �n n,,,.o.. �,...:�„ �--vTzv �c�vnxii 22�vs�z--�r TU11T�.� ���@ 33 OS 22 Steel Casing Pipe �� nc �� u„ra rr„rroi;r,� �--�-z� 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 OS 26 Utility Markers/Locators 33 OS 30 Location of Existing Utilities 33 11 OS Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe ��3 " t3 '�'c�"�,7'�� tl�s�, o n;�o xz,,.- �a�.- o���� r.,,;�� rr.,�o _ _ � � , �1 �� 22 1 1 1 � R,,,-:o.a C�ool D:,-.o .,.�,.a R;�+:.�,.'� �� 33 12 10 Water Services 1-inch to 2-inch �i� 1� 11 r., o�x�.,�o,. rao�o,.� 33 12 20 Resilient Seated Gate Valve 12/20/2012 03/03/2016 i � i��i� i � i��i� i � i�� i � i�� n� in�i� 02/06/2013 12/20/2012 12/12/2016 12/20/2012 O 1 /22/2016 !11 /'l�� � . . i � i��� 12/20/2012 i � i�� 1 � /��z 12/20/2012 i � i��� 06/19/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 11/16/2018 , � ��� 1 7 /')�z 02/ 14/2017 , � ��� 12/20/2012 CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPIiCIFICATION DOCUMC:NTS Page 4 of 5 �� i� �i n�x��xTn v„�.�.o.- co,,.oa u„��o,.�..��.,i. o� �T 33 12 25 Connection to Existing Water Mains ���o r�,,,Y,i.;�.,�;,,� n;,- ��.,i.,o .4��^t�Y�'i�� �,- n,...,�,io �x�.,.o,- c.,�+o..,� 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations �� i� tin c�.,�a.,.-a ui,.., „����„i. o n�.,o..,�.i., �o ��� i i � n,..oa ;r ni.,,.o n:,.o ir�rnn� �z ���� �:�.o,-,.,.,�� vo;�� ,-,.oa n;ro � ,- �,-.,.,;... ep�:i�7,�s 22 21 1 G i7;..1. Tlo,�.�;�.. D..l..o+l,..lo,�,o (i7TlD�'\ D;.,o 4'.,,- C.,.-,;�.,,-�. C'o.�.o,- �� 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe n„i.,. :..i rt,i,,.-;ao �n��r� ri„�oa n,-,.�;io r_,-.,,,;�., c.,�:�.,..., co,.,o.- � ��T � ���z c„�,����: Sl� T i���� ���� c„�:��p P�a �'i1l�zY�e�r� 33 31 50 Sanitary Sewer Service Connections and Service Line ���o r,,,,.�.;�.,�:,.� n:.. ��.,i.,o f�� Ea:�'t[t2'�, co,:,o,. �,...,.o r�,,:�� 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes �� �n �n �;i.,o..,.i.,�., ra.,rt,,.io., �o �� �n nn �x�.,��o.. . n,.,.o.,� ri..,.,,i.,o.. i�x�nr� 7TJTT0 TTCTCC'Gi�CGGGITiGCGJ�TI��iVG2TTtTfC7 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 22�= i7;,.L. Tlo.�.�;�., D,.l..orl,..lo,-,o lLITIDR\ D;..o 4'..,- C ,. t�r!�:1. �'c.r.r. �� ���z no:�� ..,.o,a n,.i.,o��.io�o �fI'.1'�) Pi�� �-�--� �1t�C��<'�':1'�0 22�-Tv-vT �Ol°ttl J't\`Li:iS 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation I���o T..,,��;,. c;,.�„�� I 2 n �I� �Tv-�r r�rttr'kC�el}�A�it-�eii�"crccminci I2�1 � 1 i n rn ��.,� � R (-' �11 C`.-.o�: �rv-�L ccr ra�3r� c9a a�'�pv zC-&ti6a I�n n i i n n� �„ �+.., c �v-�.7 �riccrE�irii€�i� �6rcwz'i�@vpcEi�iE&t�6a I2^�-^�r T�'s�,'� nr�;, rr,-., ��; ,. c; ,�� ., i � I� � 1 1? �0`J'tYl£, T7`�lrF:,.� � ?/I 11 1 � ��a:�fiulap �11r.a �,,,��.:,.,. �o,,,.,,� I2��o Do.ao��.-:.,,-, i7..1.,-:.a C;."-..,1 � ���rriv �' TIIuY'1�1'�7::..,-. A ��o.,-,l.l;o� � �^ ^�-T. ''�r �Qrtal �� Itoa�- �ar�tpnr� I�n n���L �,.00...,,., r�r� n,.,,,a...,,., r�.I.�NPYII�"�POS � 34 41 20.03 Residential LED Roadway Luminaires � 34 41 30 Aluminum Signs � 34 41 50 Single-Mode Fiber Optic Cable � 34 71 13 Traffic Control i � i��i� 02/06/2013 i � i�� O1/03/2014 12/20/2012 n�iio o�� i � i�� i � i�� 1 � /�z-crz-vrzviz 06/19/2013 � � , � ��� i � i�� 04/26/2013 , � ��� 12/20/2012 12/20/2012 i � i��i� i � i��i� 12/20/2012 07/O 1 /2011 i � i�� iin�� i � i��i n�ino i�� 07/O 1 /20ll 12/20/2012 12/20/2012 07/O 1 /20ll i nii�� 17/7�� n��� n i�� i i i��� 1 '� /'lzzrzvri o-iz , , ���� 1 1 N�� 1 7 /')�z ntiii� ntiii�� 06/ 15/2015 11/12/2013 02/26/2016 11/22/2013 CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPIiCIFICATION DOCUMENTS Page 5 of 5 Appendix F�-4J 1 �'��aila�lit,� ��� GC-4.02 Subsurface and Physical Conditions C�-4.✓1 T_,��d�gr��sa� Fi.r—�� Li�ardouo �'i�rri�����+.,� r„�a;�:,.� „� c;�o Fi�-C-.-9E.'� l�a;r,,,-;.., .,ra �x�,,,Y,o� n.,,roa u„�:ro ���+o,-,..-;�o r�,..�,�i;.,,,,.o �� `ar.,,.o v.,+o, � —a= = �✓J Do,�•�o��/a1',�.�1 T T�� F�-E.�1 1`T�s��ir�inat:� GR-Ol 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised March 20, 2020 Nance Ranch Phase 1 DAP-BIDPROPOSAL Page 1 of5 UNIT PRICE BID Bidlist Item No. � � � � 2 � 3 � 4 � 5 � 6 � 7 � $ � 9 � 10 � 11 � 12 � 13 � 14 � 15 � 16 � 17 � 18 � � SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch, Phase 1A, Residential Bidder's Application Project Item Information Bidder's Proposal Unit of Description Specification Section No. Bid Quantity Unit Price Bid Value Measure UNIT I: WAT 3305.0003 8" Waterline Lowering 3305.0109 Trench Safety 3311.0001 Ductile Iron Water Fittinqs w/ Restrainl 3311.0061 4" PVC Water Pipe 3311.0261 8" PVC Water Pipe 3311.0251 8" DIP Water 3311.0252 8" DIP Water, CSS Backfill 3311.0461 12" PVC Water Pipe 3311.0451 12" DIP Water 3311.0452 12" DIP Water, CSS Backfill 3312.0001 Fire Hydrant 3312.0117 Connection to Existing 4"-12" Water Main 3312.2003 1" Water Service 3312.3003 8" Gate Valve 9999.0001 1" Irrigation Service 3305.1003 20" Casing By Open Cut 3305.2002 8" Water Carrier Pipe 9999.0026 1" Flush Point RIMPROVEMENTS 33 05 12 EA 17 33 05 10 LF 8206 331111 TON 2.891 33 11 12 LF 66 331112 LF 7402 331110 LF 360 33 11 10 LF 20 33 11 12 LF 172 32 11 10 LF 71 32 11 10 LF 45 33 12 40 EA 17 33 12 25 EA 2 33 12 10 EA 194 33 12 20 EA 30 00 00 00 EA 18 33 05 22 LF 70 33 05 24 LF 70 00 00 00 EA 1 TOTAL UNIT I: WAi ER IMPROVEMENTS $6,294.00 $1.00 $26,791.00 $51.00 $43.00 $77.00 $117.00 $91.00 $103.00 $147.00 $8,561.00 $4,067.00 $1,732.00 $2,371.00 $1,721.00 $152.00 $103.00 $3,215.00 $106,998.00 $8,206.00 $77,452.78 $3,366.00 $318,286.00 $27,720.00 $2,340.00 $15,652.00 $7,313.00 $6,615.00 $145, 537.00 $8,134.00 $336,008.00 $71,130.00 $30,978.00 $10,640.00 $7,210.00 $3,215.00 $1,186,800.78 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DHVELOPER AWARDED PROIECTS Form Vcrsion Mey 22, 2019 00 42 43_Bid Proposal Nance Ranch Phase 1 DAP - B I D PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch, Phase 1A, Residential UNIT PRICE BID Bidlist Item No. � � � � 2 � 3 � 4 � 5 � 6 � � � $ � 9 � 10 � 11 � 12 � 13 � 14 � 15 � 16 � 17 � 18 � 19 � 20 � 21 � 22 � � Description 3301.0002 Post-CCTV Inspection 3301.0101 Manhole Vacuum Testing 3305.0109 Trench Safety 3305.0113 Trench Water Stops 3305.0112 Concrete Collar 3331.3101 4" Sewer Service 3331.4115 8" Sewer Pipe 3331.4116 8" Sewer Pipe, CSS Backfill 3331.4119 8" DIP Sewer Pipe 3331.4201 10" Sewer Pipe 3331.4202 10" Sewer Pipe, CSS Backfill 3331.4205 10" DIP Sewer 3331.4208 12" Sewer Pipe 3331.4209 12" Sewer Pipe, CSS Backfill 3339.1001 4' Manhole 3339.1002 4' Drop Manhole 3339.1003 4' Extra Depth Manhole 3339.0001 Epoxy Manhole Liner 3305.1003 20" Casing By Open Cut 3305.3002 8" Sewer Carrier Pipe 3305.3003 10" Sewer Carrier Pipe 9999.0002 Connect to Existing 5' Manhole Project Item Information Bidder's Application Unit of Specification Sec[ion No. Bid Quantity Measure UNIT II: SANITARY SEWER IMPROVEMENTS 33 01 31 LF 9392 33 01 30 EA 41 33 05 10 LF 9392 33 05 15 EA 2g 33 05 17 EA 7 33 31 50 EA 194 33 11 10, 33 31 12, 33 LF 5527 33 11 10, 33 31 12, 33 LF 260 33 11 10 LF 20 j 11 10, 33 31 12, 33 31 LF 22g8 j 11 10, 33 31 12, 33 31 LF 190 33 11 10 LF 58 j 11 10, 33 31 12, 33 31 LF 879 j 11 10, 33 31 12, 33 31 LF 100 33 39 10, 33 39 20 EA 38 33 39 10, 33 39 20 EA 3 33 39 10, 33 39 20 VF 190 33 39 60 VF 195 33 05 22 LF 60 33 05 24 LF 20 33 05 24 LF 40 00 00 00 EA 1 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS Bidder's Proposal Unit Price Bid Value $2.00 $193.00 $1.00 $2,672.00 $2,100.00 $1,497.00 $54.00 $204.00 $140.00 $72.00 $283.00 $162.00 $86.00 $299.00 $4,657.00 $6,688.00 $350.00 $402.00 $202.00 $124.00 $170.00 $3,729.00 $18,784.00 $7,913.00 $9,392.00 $77,488.00 $14,700.00 $290,418.00 $298,458.00 $53,040.00 $2,800.00 $165,456.00 $53,770.00 $9,396.00 $75,594.00 $29,900.00 $176,966.00 $20,064.00 $66,500.00 $78,390.00 $12,120.00 $2,480.00 $6,800.00 $3,729.00 $1,474,158.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DHVELOPER AWARDED PROIECTS Form Vcrsion Mey 22, 2019 00 42 43_Bid Proposal Nance Ranch Phase 1 DAP - B I D PROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch, Phase 1A, Residential UNIT PRICE BID Project Item Information Bidlist Item No. � � � � 2 � 3 � 4 � 5 � 6 � � � $ � 9 � 10 � 11 � 12 � 13 � 14 � 15 � 16 � 17 � 18 � 19 � 20 � 21 � � � � � Bidder's Application Unit of Description Specification Section No. Bid Quantity Measure UNIT III: DRAIP'AGE IMPROVEMENTS 3137.0101 Concrete Riprap (6") 31 37 00 SY 968 3137.0102 Large Stone Type "A" Dry Rip Rap (12" Deep) 33 49 20 EA 2250 3301.0012 Post-CCTV Inspection of Storm Drain 33 01 32 LF 4344 3305.0109 Trench Safety 33 05 10 LF 4344 3349.0001 4' Storm Junction Box 33 05 10 LF 5 3349.0002 5' Storm Junction Box 33 49 10 EA 3 3349.5001 10' Curb Inlet 33 49 10 EA 6 3349.5002 15' Curb Inlet 33 49 20 EA 2 3349.5003 20' Curb Inle1 33 49 20 EA 2 3349.6001 10' Recessed Inle1 33 49 20 EA 2 3349.8001 10' Type 2 Inle� 33 49 20 EA 6 3349.8002 15' Type 2 Inle� 33 49 20 EA 2 9999.0003 24" HP 00 00 00 LF 2948 9999.0004 30" HP 00 00 00 LF 757 9999.0005 36" HP 00 00 00 LF 59 9999.0006 48" HP 00 00 00 LF 580 9999.0007 24" 4:1 Sloped End Headwall 00 00 00 EA 3 9999.0008 48" 4:1 Sloped End Headwall 00 00 00 EA 1 9999.0009 4-48" 4:1 CH-PW-O Headwall W/ 1.25' Extended 00 00 00 EA 1 9999.0010 3-48" 4:1 CH-FW-O Headwall W/ 1.25' Extended 00 00 00 EA 1 9999.0011 Inlet Protection 00 00 00 EA 20 TOTAL UNIT III: DRAINAGE IMPROVEMENTS Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS Total Construction Bid This Bid is submitted by the entity named below: BIDDER: ���right Conshvctiun Co. 1.AC. 60� �'.. ��'n�� ST. Grapcvinc,'1'X 76051 Bidder's Proposal Unit Price Bid Value $110.00 $132.00 $2.00 $1.00 $6,942.00 $8,372.00 $9,472.00 $13,597.00 $14,972.00 $9,747.00 $13,487.00 $19,922.00 $80.00 $108.00 $130.00 $191.00 $3,642.00 $5,347.00 $23,272.00 $18,322.00 $100.00 BY: wer� �.a �ri� -�t vw: c.;te�. ' .. .�,caro. O.'v1n9NEe�dr�d�en Ca� brd. � 'ai'il'L3 �' [� CtE1.uwR�stlmts;k.urce TIT[.E: �.iemw �a..s4.e,�s DA'i`F.:O�IZ�I2O2� a��m.e3,a,�,ac-�ar Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION $106,480.00 $297,000.00 $8,688.00 $4,344.00 $34,710.00 $25,116.00 $56,832.00 $27,194.00 $29,944.00 $19,494.00 $80,922.00 $39,844.00 $235,840.00 $81,756.00 $7,670.00 $110,780.00 $10,926.00 $5,347.00 $23,272.00 $18,322.00 $2,000.00 $1,226,481.00 $1,186,800.78 $1,474,158.00 $1,226,481.00 $3,887,439.78 112 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DHVELOPER AWARDED PROIECTS Form Vcrsion Mey 22, 2019 00 42 43_Bid Proposal Nance Ranch Phase 1 DAP - B I D PROPOSAL Page 4 of 5 UNIT PRICE BID Bidlist Item No. � � � � 2 � 3 � 4 � 5 � 6 � � � $ � 9 � 10 � 11 � 12 � 13 � 14 � 15 � 16 � 17 � 18 � 19 � 20 � 21 � 22 � 23 � 24 � 25 � 26 � 27 � 28 � 29 � 30 � � � SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch, Phase 1A, Residential Bidder's Application Project Item Information Bidder's Proposal Unit of Description Specification Section No. Bid Quantity Unit Price Bid Value Measure 3211.0400 Hydrated Lime (36 Ibs/sy) 3211.0501 6" Lime Treatment 3211.0502 8" Lime Treatmenl 3213.0101 6" Conc Pvmt 3213.0103 8" Conc Pvmt 3213.0105 10" Conc Pvm1 3213.0301 4" Conc Sidewalk (5 foot; 3213.0301 4" Conc Sidewalk (6 foot; 3213.0301 4" Conc Sidewalk (10 foot; 3213.0501 Barrier Free Ramp, Type R-1 3213.0503 Barrier Free Ramp, Type M-2 3213.0506 Barrier Free Ramp, Type P-1 UNIT IV: PAV NG IMPROVEMENTS 31 11 29 32 11 29 32 11 29 32 13 13 3217.1002 Lane Leqend Arrow 3217.1004 Lane Leqend Only 32172103 REFL Raised Marker TY II-A-A 32172104 REFL Raised Marker TY II-C-R 3291.0100 Topsoil 3292.0100 Block Sod Placement 32 13 13 32 13 13 00 00 00 00 00 00 00 00 00 32 13 20 32 13 20 32 13 20 32 17 23 32 17 23 32 17 23 32 17 23 32 91 19 32 92 13 TN SY SY SY SY SY SF SF SF EA EA EA EA EA EA EA CY SY $245,106.00 $175,405.30 $44,846.20 $613,187.75 $223,680.60 $245,422.50 $145,740.00 $96,082.00 $78,442.00 $16,000.00 $2,700.00 $52,500.00 $2,536.00 $2,040.00 $252.00 $189.00 $113,811.60 $44,956.80 $995,529.60 $6,800.00 $2,200.00 $6,790.00 $17,000.00 $7,514.00 $1,388.40 $380.00 $570.00 $1,470.00 $2,000.00 $5,980.00 $3,150,519.75 801 35797 8708 11303 4356 3805 20820 13726 11206 5 1 21 8 6 36 27 1190 7136 9999.0012 6.5" Conc Pvmt 32 13 13 SY 21272 9999.0013 Constr Barricade 00 00 00 EA 4 9999.0014 Construct Std. Pvmt. Header 00 00 00 LF 110 9999.0015 Sawcut & Remove Existing Asphalt Pvmt 00 00 00 SY 194 9999.0016 Pedestrian Rail 00 00 00 LF 85 9999.0017 REFL PAV MRK TY I(Y)(6")(DBL)(SLD) 00 00 00 LF 1445 9999.0018 REFL PAV MRK TY I(W)(6")(SLD) 00 00 00 LF 534 9999.0019 Street Sign R2-1 00 00 00 EA 2 9999.0020 Street Sign R3-8R 00 00 00 EA 3 9999.0021 Stop Signs 00 00 00 EA 15 9999.0022 Street Name Blade Pair 00 00 00 EA 2p 9999.0023 Street Sign Pole 00 00 00 EA 23 TOTAL UNIT IV: PAVING IMPROVEMENTS Bid Summary UNIT IV: PAVING IMPROVEMENTS Total Constraction Bid This Bid is submitted by the entity named below: BIDDER: Glcnn "I'hurmt�n, IA'C. P.O. Boc 850Sd2 M17csquitc, "I'X 75155-0842 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION $306.00 $4.90 $5.15 $54.25 $51.35 $64.50 $7.00 $7.00 $7.00 $3,200.00 $2,700.00 $2, 500.00 $317.00 $340.00 $7.00 $7.00 $95.64 $6.30 $46.80 $1,700.00 $20.00 $35.00 $200.00 $5.20 $2.60 $190.00 $190.00 $98.00 $100.00 $260.00 � /�� �� �4i�/'i �' i7l'i F.: ��t�TR'.�,'1 -`.4hr,.',�,;Ef- "'Tc: 09/29/2025 $3,150,519.75 $3,150,519.75 60 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DHVELOPER AWARDED PROIECTS Form Vcrsion Mey 22, 2019 00 42 43_Bid Proposal Nance Ranch Phase 1 DAP - B I D PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Nance Ranch, Phase 1A, Residential UNIT PRICE BID Project Item Information Bidlist Item No. � � � � 2 � 3 � 4 � 5 � 6 I 7 � $ I 9 � 10 � 11 � I � Bidder's Application Bidder's Proposal Unit of Description Specification Section No. Bid Quantity Measure UNIT V: STREET LIGHTING IMPROVEMENTS 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 7938 3441.3002 Rdwy Illum Assembly TY 8,11,D-25, and D-30 34 41 20 EA 34 3441.3003 Rdwy Illum Assmbly TY 18,18A,19, and D-4( 34 41 20 EA 12 3441.3201 LED Lighting Fixture (50W) 34 41 20 EA 34 3441.3201 LED Lighting Fixture (138W) 34 41 20 EA 17 3441.1632 Install Type 33A Arrr 34 41 20 EA 17 3441.1633 Install Tvoe 33B Arrr 34 41 20 EA 34 3441.3301 Rdwy Illum Foundation TY 1,2, and 4 34 41 20 EA 34 3441.3302 Rdwy Illum Foundation TY 3,5,6, and £ 34 41 20 EA 12 9999.0024 3-#2 Copper Wire 00 00 00 LF 2271 9999.0025 3-#10 Copper Wire 00 00 00 LF 5667 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS Bid Summar� UNIT V: STREET LIGHTING IMPROVEMENTS Total Construction Bid This Bid is submitted by the enHty named below: BIDDER: Indepcudcnt Ltllih� Coustruction, Inc. 5109 Sun Valley Dricc F�rr w�rrn, Tx ��,, i9 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION Unit Price Bid Value $29.93 $2,635.00 $4,270.00 $380.00 $573.00 $298.00 $298.00 $2,169.00 $2, 555.00 $15.21 $5.85 �:i: �i+ ` � 1�/%�� � �r.,«t:��t5r�t�J1 ""� 09/29/2025 $237,584.34 $89,590.00 $51,240.00 $12,920.00 $9,741.00 $5,066.00 $10,132.00 $73,746.00 $30,660.00 $34,541.91 $33,151.95 $588,373.20 $588,373.20 $588,373.20 120 working days afrer the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DHVELOPER AWARDED PROIECTS Form Vcrsion Mey 22, 2019 00 42 43_Bid Proposal �u a5 i2 DAP PREQUAi.IFtCA'iCL1N ST,4TEh3ENT Pagc 1 oCl SECTION 00 45 IZ DAP — PREQUAI..IFICAI'14N �T?�TEIVIENT Each Bid�er is required t€� camplete the i��formation below by identifying the prequali��c� contractors ancilor subcontractz�rs whc�m ih�y intend ta utilize for the major work type(s} listed. I� the "�'vlaior �Vork T��t�e" bax nravide tt�e coin�lete ���aior work t�ne and actual descri�tion as �ravided bv the Water Denartment far vvaie�• and sezver and TPW �or oa�in�;. Majar Work Type ContractariSubcor�tractor Campa�y Name Prequ�li�icaiion Ex�iratiQn Da�e Water DistributiQn System — Ne�� ��nstruction, All Sizes Sewer �aliection System — Ne�v Cansiruc�ion, All 5izes Coner�te Paving Constr�cCion — Ur�Fi�nited Area Roadi�vay & Pedestrian Lighting V�lright ConstrucEion Co., Inc. �irigF�t Cor�structian Co., Inc. 4-3{�-2Ci26 4-3Q-2026 The undersigned hereby certifes that the contraciors an�/or subcontractors de.scribed in the Eab[e above are curre�tly prequaiifieci for the wark types listed. Bi�3DER: ��� ri��ht Co�istr�ictiE�n Cc�. T�[C'- f(�1 �. ��all St. G�_r���eL�ine,_TX ?6051 ciry oF �oar worsTH STA�lDAPD COIVS7RV�ION REfEQUALiF[CATION STATEMENT — pEVELQPER AWAROED?RQJfETS F END OF SECTION 00 45 12_ 1 Preqiiali#lsatio�� Statement 2015_^uAP - l{t1li[ies Form Version Septamber 1, 2015 TITLE: President DATE: 9-16-2t325 ooa� t2 DAP PR�.QUA[.iF[CAl'IOti SiATE,Lifi��I'i� Page 1 oF I s�cT�orr ao as i2 DAP — PREQUALIF[CATION STATEMENT Each Bidder is required to comple€e the infarmation below by identifyir�g the prequalif ed et�ntractors anc3,!flr s��bcontraciors wharn ihey intend to utilize for the major wvor€� type(s} listed. ir� the "Maior Work Type" box pravide the eomt�lete maior work t�pe and actual descri�tion as provided bv the Water De�artment €or water and sewer and TPW for tsavin�. Major �ork Tvpe Contractor.�Subcontractor Campany Name Prequalification Expiration Date V4`ater Distrib�tion Syster� — Ne�r Construction, AI1 Sizes Sew�ec Co(leetion System — New Cansfruction, All Sizes ConcreTe Paving Constructic�n — Unlisnited Area Roadway & Pedestrian I,ighti�lg � � ��� 7���� �j � � � r October 2027 The �ndersigr�ed �aereby certifies thai the contraetors and'or s�bcc�ntractors described in the table abave are currentty prec�ua�Efied Tor the wark types listed. BIDDEIZ: Glenn Thurman. tNC. P.O. Box 8�0842 Mesctuite. TX 75185-OS�Z :' �� �[T'LE: G�NTRAGT !41A,yA��ER flA�'�.: Qf 2 �12� Zs-- CITV OF F�RT VJORTH STAN�ARDCOi�35TRUCTlON PR£L2UALIFICATION STA?EMENT—OEV€LOPER AWAR�E� PROJECTS END OF SECT[ON 00 45 12_ i Pr=_q�alification Statement 2015_DAP - Pav�ng Form Lersion Septem6er 1, 2GI5 Wd� l2 i3AP PREQL'eAI.IFIC.�:TION STAI'EMENT Page 1 af 1 SECTIO]V' 00 45 12 DAP — FREQliALIFICAT'I�Iv` STATEMENT Each Bidder is required to complete the information below hy identifying the prequali�ed cQntractors and/or subcontractars whom they intend to utitize for the ma�or wark tyge(s) listed. In the "Maior Work Tvue" bax nrovide the comolete maior work tvne and actual descrintion as orovided bv the Water DeDartment for water and sewer and TPW for navinQ. Major Work Type Cantractor/Subcontractor Co�npany Narne Prequalification Expiration Date VVater Distribution System — New Construetian, All Sizss Sewer Co[Iection System —New Construction, All Sizes Concrete Paving ConstrucEion — L�timi#ed Area Roadway & Pedestrian Ligl�tine Independent lJtility Construction, Ir�c. 0210512Q27 The undersigned hereby certi�ies that fhe cantractors andJor subeontractors described in the table above are currently prequalified for the work types Iisted. BIDDER; Indenendent Utiiitv Construction. Inc 5109 Sun �altev Drive Fort Worth. TX 76119 BY: Richard Wolfe TITLE: President DATE:�� { � � �� CI7YOf FORT WORTH STANDARD C€3NSTRUCTION PREQUALIFICATiON 57A3EMENT— DEVEIOPEA AWARDE� PROJPCTS END OF SECTIQN JO 45 22_ 1 Prequair!ication Statement 29 i5 DAp - Street Lights Form Version S�piambe. 1. 2615 0o as zs - � CONTit�CTOR COMPLIAAICE WITH VJORK�R'5 CQMPBNSATiON LA+N Pa�� i of L 2 3 4 5 6 7 8 9 EO ll 12 13 I4 l� 16 17 18 19 20 21 22 23 2� 25 26 27 2& 29 3 (i 31 32 33 3� 35 �� 37 3� �9 40 SECT`ION 00 45 26 CONTRACTOA CO1ViPLIANCE WITH WC}RKER'S COMPENSATION LA�V Pursuant to Texas L�bor Code Section 40b.09fi{a), as amznded, Gontractor cer�ifies #hat it provides worker's compensation insurance ea�rerage for aII af its employees e�nplc�yed on City Project No. 105200 Con�ractor further certifies that, pursuant ta Texas Labc�r Cade, Sectian 406.096(b}, as a���ended, it will provide to City its subconfractor's certiticates of co€npliance with worker's compensation coverage. CONTRACTOR: Wrii�ht Cc�nstruction Co. 1NC. Company ���`i �. `T.'Jl s;- 6�0 W. Wail Aciciress Gra�ae�ine. TX 76(�51 City/StateiZi� THE ��'ATE OF `i'EXAS COIJI�ITY OF TARRANT Kyle Marsh By: {i'Ie� �- Signat��rz: � ��� ���1�: President (Please Print) § § BEFORE ME, the undersigned autt�ority, on this day personally appeared Kyle MarsF� , know� to me to t�e ihe persar� ��hose name is subscribed to the fare�oing instrument, anci acl:nol�ledged tQ n�e t�dt helshe executed t�ie sar��e as tl�e a�t and deed of President, Wright Cons#ruction Ga., Ine.fc�r the pu�poses and consideration therei€� expressed and in the capacit�� therein stated_ GIVEN LJi�IDER MY HA_ND t1ND SEAL OF OFF�CE this ���� day of September , 20 2� P F3� Lv' � v`�� � ��'� t�otsry PubE1c �; � STA±E OF TDCAS ,'� 1DI� 1197os� �.o; �y �, �. ,jesr�ry 2�, 202s Nc�tary Public in aa�d for ti�e State of Texas END OF SECTiON CITY QF FORT l�rOAT'H ST��DARD CONSTRUCTION 5P£CiEECAT(ON DOC���SENTS Revised April 2, 2014 N�nce Ranch, Pl�a�e IA Crt�' P+-oject Nu. IOS2Df] �() �5 2S - 1 CONTRACT��iZ COMPLL�NCE Ve'ITH WORSiF.R'S COMPEkSATtON LAW Page I of i 2 3 4 S 6 7 8 9 l� 11 12 13 1 �1 I? lb �a ]S 19 2fl 21 2? 2= 24 2� �� 27 28 �g 30 31 32 33 34 3� 3b 37 38 39 4Q SECTiON 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSAT[ON LAW Pursuant to Texas Labor Code 5ection 406.095(a), as amended, Cantractor certifies that it provides worker"s campensatia�� insui-ance cave��age t'or a31 of its emp�oyees em�toyect on City Praject No. 105200 Contractor further certifies that, pursuant ta Texas Labor Cade, Section 406.096(b), as amer�ded, it wilJ provide to Ciry its subcontraetor's cer�iticates of compliance with work�r's cornpensation caverage. CONTRACTOR: Glenn Thurman. INC. Co�npany P.O. Bax 850$42 �ddress Mesquite, TX 75185-Q$=12 CityiSta�ei'Zip � TNE STATE OF TEXAS CQUNTY U�' l AKRANT § � �-; �: <,. ,:,it�r�°i i.� . Bv: (�'lease ri�) Signat�re: (� � � Tit(e: �i�:� �`�, � ��: �;�s:. (Fiease Pri��) BEFORE ME, the undersi ned author€ty, on this day� persona��y appeared ___��,�, ,�q���p_r. , known ta me to be �he person whose name is subscribed to the foregoing instrument and aeknowledged to me t�iat E�e/s�e executed tF�e sarr�e as the act and deed of �t�r�`�.� t'nti_ p�. �T� t. for the p�€rpc�ses and c�r�sideratiQi� therein expressed and in the eapacity therein siated. GiVEN UNDE MY HAND AND SEAL OF OFFICE tttis ��.,� day of s j��'i'g � e.�" , 20� ���,��3��r .... �.ESLiEAiCOFiN ' ^ ��� NOTAAY PU$LIC � STATE OF TEX,4S No ry uE�lie in and for the State af Texas + � ' AAY COMM. EXP. Q4Ji7l29 �'� oF h�T� NOTAF�Y ip 126g74532 �r�n o� ��cT�o�v �]'FY OF FC332T I�ORTFi STAND:ARD COt�`�STRCIC I�IOiV SPECIFICATION D€�CLi�'�E�iTS Revised:lpril �.2()1=t Nance Rnnch. Phase 1 A Ctty ProjecP rVo- f�il(�0 OUd525-I E`O'.V'iRACTOFt COMPLi.ANt'E �1�I"FIf 11'012KER`S CO?�iPE'dSATIUN LA1�I' Pagc I aF 1 ? 3 4 > 5 7 8 9 1 fl ll 12 13 14 1S 16 17 i$ 19 2O 21 �� 23 24 �� 2b 2' 28 29 ;U 3t 32 33 34 35 36 37 3R 39 40 SECTION 00 45 26 CO?v'TRACT`OR COMPLIANCE WITH WORKER'S COMPENSATION �.AW Pursuant to Texas Labor Code Section 40G.096(a}, as amended, Gantractor eerti�es that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105200 Contractor further certifies that, pursuant to Te�s Labc3r Code, Section 40G.096(b), as a�nended, it wilt provide to City its su�iconcractor's certifi�ates of compliance with ��orker's compensatian coverage. CONTRACTUR: �ndcnendent Utilst�: Constructian, Inc Company 510'� Sun Vallev Drive Address Fort Worth, TX ?611I City; State; Zip THE STATE OF TEXAS COGNTY QF TARRANT By: ' ard Wolfe ease Pri�st) Signature: Title: President {Please Print} � � BEFORE ME, the undersigned. auEhority, on this day personaily appeared RiChsrd WOlfe , known to �►e to be the person whose name is subscribed to the farcgoing instrument, and acknowiedged to me that helshe executed the same as tl�e act and deed of Indepeildefl# Utlfity COf�StruGtiOft, IftC. for the purposes and consideration therein expressed and in ihe capacity therein stated. E ND AN OF OFFICE this I� t�ay of � ����, 20��� . 1�� . �\1lflliZ�r �f��1l.�l��Vn iSi�4f}irlY. • //g/fl— t ~�Y ��' � �. �'{/ — _�.�� •.t+�rNotary Fu�iic, St��e _" Te�a� � � � �ib= ` '�'.� �= c°r��. �Y�`res ��-z°-z°�� tary Public in and for the State of Texns J"%�,°;,;3"`� Nvtary I? l3G'94t17$5 END OF SECTION CITY OF FiIRT VVORTH ST�tiQARD CO?�fSTRUCTI(:�?V SFECIFiC.4TION L7c)Cl'��IE:YTS Rtti'i�ed .1pri1 ?. ?014 Nance Rench, Phuar 1?� CtN Project ,Vo. 1 U3 �fI4 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 2 SECTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorized on 09/29/2025 is made by and between the Developer, 4 D.R. Horton Inc., authorized to do business in Texas ("Developer"), and Wright Construction Co, 5 INC., authorized to do business in Texas, acting by and through its duly authorized 6 representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 11 12 13 14 15 16 17 18 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Nance Ranch, Phase IA Citv Proiect No. 105200 Article 3. CONTRACT TIME 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 11 Z 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 27 28 29 30 31 32 33 34 35 36 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer One Thousand Dollars ($1, 000. 00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Three Million, Ei�ht Hundred Ei�htv-Seven Thousand. 40 Four Hundred Thirtv-Nine Dollars and Seventv-EiQht Cents ($3,887,439.78). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Wark consist of the following: L This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) £ Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 6.1 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 specificallv intended to operate and be effective even if it is alleged or proven that all or some of the dama�es bein� sought were caused, in whole or in part, bv anv act, omission or ne�ligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to 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 specificallv intended to oqerate and be effective even if it is alle�ed or proven that all or some of the dama�es being sou�ht were caused, in whole or in part, bv anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are deiined 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 sball be deemed stricken, and all 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. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised June 16, 2016 00 >2 43 - 4 DeveIoper !lwarc�ed Project Agt'ecment Page �1 of 4 ll6 117 lI8 1t9 L2El 121 122 ��� 124 12� 1-'_6 7.6 Authority to S�gc�. Contractoi� s�all attach zvic�enee of auti�arity to sign ?.greement, if other than duly authorizect si�atory� of the Contr�ctor. IN WIT'VESS V4'HERE�F, Developer anc� Contractor ha�je exee�zt�d this �greeanent in multi�le counterpar�s. This Agreement is effective as af the Iast date signed by the Parties ("Effecti�e Date") Car�tractor: � Vtlright Cor�struc ' . In�. B}': � � (Signacifre) ' Kyle Msrsh Develaper�� r �o�dn — Tex4.s, L.Tp� � `—� B� : �'�__ ._ � (Signaturej �u5-�ivt �wof'�� �i'rinlcd Nair�e} Title: Presideni Cc�mp�ny Namc: l�'ri��t Cai�struction Co. INC'. Addcess; �n�� «�,,,, c+ 60� W. Wafl St. C;itylStateiZip: Grapevine, TX 76�15 I 09/16/2025 Date {Prinied Narr►e) Title: /'���v�s��'rbvt � �ve��.ney�- Vp Coinpany namc: D.R, �-fortan Inc. Adciress: 6751 Nortti Freewai- Cit��/S��telZi�: Fort ��orth, TX 76131 09/16/2025 Datc� CtTY ��^ FORT �Y'ORTH .Nm�ce Rarrelt, Plc�rse iA STANUAl�1J C i3IvSTI2E�ICT1{)1v SPECIF[CATtL�N DOCUib'I�.TITS - DEVELOPER 1��L':'�R➢ED PROJE�TS C.':n- Prnjctr.t tVo. f(13?i3F3 Rc�ised Ju��e I€i. Zaf6 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 2 SECTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorized on 09/29/2025 is made by and between the Developer, 4 D.R. Horton Inc., authorized to do business in Texas ("Developer"), and Glenn Thurman, INC., 5 authorized to do business in Texas, acting by and through its duly authorized representative, 6 ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 11 12 13 14 15 16 17 18 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Nance Ranch, Phase IA Citv Proiect No. 105200 Article 3. CONTRACT TIME 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 60 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 27 28 29 30 31 32 33 34 35 36 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer One Thousand Dollars ($1, 000. 00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Three Million, One Hundred Fiftv Thousand, Five 40 Hundred Nineteen Dollars and Seventv-Five Cents ($3,1 S0, 519. 75). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Wark consist of the following: L This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) £ Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 6.1 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 specificallv intended to operate and be effective even if it is alleged or proven that all or some of the dama�es bein� sought were caused, in whole or in part, bv anv act, omission or ne�ligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to 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 specificallv intended to oqerate and be effective even if it is alle�ed or proven that all or some of the dama�es being sou�ht were caused, in whole or in part, bv anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are deiined 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 sball be deemed stricken, and all 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. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised June 16, 2016 0o s2 �� - a Developer Awarded Project Agreement Page 4 of 3 I16 tl7 lI8 119 120 121 122 123 124 125 126 7.b Authority to Sign. Cantractar sha�[ attach e�idence af authority ta sign Agreement, if ott�er than duly authorized signatory of t�e Cantractar. IN WITNESS WHERE�F, Developer and Contractor have executed this Agreerr�e�st in multiple cQus�terparts. This Agreement is eifective as of The [ast date signed by the Parties ("Effeetive Date") Co��a�i r i �.�` ?Y `�� j'�j['3 Developer; � ���i.l. ��i'a �e�Si4� ��• �� � � ignaltrrrne) � ,��1'l .�i�; �� (Pri�ted Narrie) Tit�e: ��'���' Company Name: C�lenn "ft�urma�, INC Ac�dress: P.O. Box 8�08�2 CiEylStatelZip: Mesquite,TX 75l 85-0842 91 �s/�s' Date � - � By: �y ' � � y (Si�ture) � � ��� v5 i f.� � S c�.c� v�.�'�-� (Pris�ted Name) Title: (l P- �,�i�-� ' Company name: D.R. 1-fortnn fnc. Address: 6751 Nc�rth Freeway CrttylStatefZip: FQri WortE�, TX 75131 �/v�� /� ��te " C[TY €�� FORT WORTH :�r`ance Ranch, 1'hase 1.� STA?�lDARD C(3A(STR€iCTI0�1 SPECiFICAT[flN D�CCiMENTS — I7EVEI.CiFER AWARL1EIl PiiOJECTS Ciry Pra}ect:�a. I�i2fHi Revised June IG, 2(>Ifi 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 2 SECTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorized on �g/�c�/�n�5 is made by and between the Developer, 4 D.R. Horton Inc., authorized to do business in Texas ("Developer"), and Independent Utility 5 Construction, Inc., authorized to do business in Texas, acting by and through its duly authorized 6 representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 11 12 13 14 15 16 17 18 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Nance Ranch, Phase IA Citv Proiect No. 105200 Article 3. CONTRACT TIME 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 27 28 29 30 31 32 33 34 35 36 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer One Thousand Dollars ($1, 000. 00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Five Hundred Ei�htv-Ei�ht Thousand, Three Hundred 40 Seventv-Three Dollars and Twentv Cents ($588,373.20). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Wark consist of the following: L This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) £ Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 6.1 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 specificallv intended to operate and be effective even if it is alleged or proven that all or some of the dama�es bein� sought were caused, in whole or in part, bv anv act, omission or ne�ligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to 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 specificallv intended to oqerate and be effective even if it is alle�ed or proven that all or some of the dama�es being sou�ht were caused, in whole or in part, bv anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are deiined 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 sball be deemed stricken, and all 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. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised June 16, 2016 DO �? 1+ - 4 De�e[oQer Awazd�d Projeci AgTeznrent Page � �f � 11G 1 t7 7.6 Authority to Sign. li8 119 120 1?I 122 123 i24 l23 Gontractor sl�all attach evidence of authority ta sign Agreement, if other than duly authorized signatary of the Contractor. IN WIT�,'ESS WHEREOF, De�e[oper and Contractor have executed this Agreement in muitiple counterparts. This Agreement is effeetive as oF the last date signed by the Parties ("Effective Date"). Contractor: Developer: fndependent Utility Constructior�, Ir�c. � �--. - - /.. .. � �y: , ; �_ (Signature) fgnature � Richard Wolfe (Printed Name) T[t1e: President �vS�'� �C�SwoC{'� (Printed Name) Title: �CC�S�i�ia� �' �%ar�opn�.?� Company Name: Independent Utility Construction, Inc. Address: S I09 Sun Valley Drive City,�Statc:Zip: Forth Worth, TX 75l 19 � � �.�-� ! !i( )� Date 126 ,���111lIIlif!/! 7 ��\�` �j(��i.�3rjQ(j ��!!� ��`i���•••• �� ~, `'' �, . g . �y �� : ,� ,' �4 ��' 's �, s . , =�=�SEA�.. 's�` � y;. ,: � : : '� "",��'• �s7g : y�: . ��I� �/_/�����a�q���� � ,�� i���,Il;! #����1��e`��� Company nacne: D.R. HoRon Ine. Address: 6751 North Freeway Cityr`Staie,�Zi : Fort orth. TX 7613 f q �3 �5 Date � CITY- UF FQRT WORTH STP.:'�iDARB C(�NS`]�RtiCTIL3Ai SP£CIFICATIc7AI �['L�tvIk:NIS — D£1r�L.OPER AVUARDED PRO{EL'TS Revised June 1C,, 2illG v!' .4irnce R,:nch. Ph�se 1.-1 City frr��ecr.4i�, ID�ZflI} 006213-1 PERFQRh4ANCE BONI3 Fage i of 2 sond #1a12723Ib 1 2 3 4 5 6 7 8 SECTIQN QO 51 13 PERFORMANCE BOND THE STATE OF TEXAS § � KN�W ALL BY THESE PRESENT�: COiJNTY OF TARRANT § That we, Wright Construction Co. INC., known as "Principa�" herein and t��erchanrs so„a���com��� +n�utua�� a corporate surety (s�reties, if�nore than one) duly a�tharized ta do 9 business in the State of Texas, know� as "Surety" herein (w�ether one or mare), are h�Ed and 10 firmiy bound unto the De�eloper, DR Harton, i�c., authorized tc� do business in Texas 1 t ("De�elaper") and the City of �'ort Warth, a Texas �nunicipal corporation ("City"), in the penal 12 su�n of Three _Million. Ei�ht Hundrec� Ei��ht��-Severr 7'housand, �our Hundred Thirtt=-Nine Dollars 13 and Savenrs�-Ei�ht Cents, ($3.887,439.78).. lawful money of the United States, ta he paid in Fort 14 Worth, T�-rant County, Texas for the pay117�.Ctt O� WIl1CI1 SUTTi Well and iruly to be made joir�tly I S unta the Develaper and the City� as dual obligees, we bind ourse�ves, c�ur heirs, executars, 16 administrators, suceessors and assigns, jointly and severa�ly, firmly by these presents. 17 V4'HEREAS, Develaper and City have antered into an Agreernent far tl�e co�struction of 18 community faeilities in the City of Fort Worth by and throug�► a Community Faeilities Agree�nent, 11 C�'A Number �FA"�-0137; and 2t} WHEREAS, the Principal has entered into a cer�ain written contract wit� the Develaper awarde� 21 the 29th day oT September , 2025 , which Contract is hereby referreti ta and �ade a 22 part l�ereof for al! purposes as if fully sei forth herei�, to furnish aIl rnaterials, e�uipment iabar 23 a�d other accessories defined �y (aw, in the prasecutian of the t�lark, inelutiing any Change 24 Qrders, as provided for in said Cor�tract designated as 1'Vcmce I�aneh, P1z�rse lA — Utilities 25 it3cludrng G�ater, Sanitcrry Se�ver, �c I�rainage Im�rovemenis. 26 NOW, THEREFORE, the candition of this obisgatian is such that if the said Principal 27 shall faithfully perform it abligati€�r�s under the Cantract a�d shall in all respects duly a�rl 28 fai#hfully perfor�n the Wark, including Change Orders, under the Contract, aceording t� the pIans, 29 speeif cations, and contract doeuments thereis� referred tc�, and as wsll during any psriac� af 34 extensic�n Qf the �'ontraci that may be �ranted on the part af the Developer and/or City, then this 3l abligation shall be and be€:o�ne nui] and voirl, Qtl�erwise to remain in fuil farce and effect. CITY U� FC)R7� S40KTH Nance Ranch. Yf�ase 1 A S"i'AN fJARI3 Cl'�Y CONDITI(3�15 - D�ViLOPER A�VARC�ED PROJECTS City Proje�,�t No. t 0�20i3 Revised 3anuary 3 k, 20! 2 0�6213-2 PERFORI�rtANCE BO� Page 2 of2 1 PROVIDED FURTHER, that if any legaf actian be filed on this Bond, venue shall lie in 2 Tarrant Gounty, Texas or the United States District Caurt for the No�thern Distriet of Texas, Fort 3 Worth Division. 4 This bond is made and executed i� campliance wiih the provisions of Chapter 2253 of the 5 Texas Governme�t Code, as amended, and a�[ ]iabilities on this band shali be determir�ed in 6 accarc�ance with the pravisions of said statue. 7 IN WITNESS WHEREaF, the Princi�al and the Surety �ave SI�NED and SEAI,ED S this instrume�i by duly auti�arized ager�ts and officers on this the 29th day of g September , Zfl25 . iQ II 12 13 i -1 1; IC t7 18 19 ' () �� >> 23 �q 25 26 �; �g 29 3 (i ;} .i 3 33 34 35 35 �% 38 39 40 41 42 43 �4 4� �b �7 r1�T�.41 - � , ��_'`l_ _.__ i in ipal) Secretary ' } -.,�:�_.'...�,.d.•' i� �°�;.- -- - - W'iiness as to Pri�ci�al �� � W ess as �o Su�ty�Blise White PRiNCIPAL: Wri�ht Cansi ��narure Name and Title Address: 600 W. Wa11 �t. Grat�evine. TX 75Q51 SURETY: Merchanis Banding Company (Mutual) 8Y: ��``�` �1.�'�t,�i`f �}2�'t 5ignatt�re Kim Bracamonte, Attorney-in-Faet �Iame and Title Address: P.fl. Bax 1�98 E7es Maines,lA SQ3�5-3498 Telephone Number. (s � 53 2�3-$1 �t t *Nate: If signed by ar� ot�icer of tl�e Surety Company, there must be on fi�e a certifed extract fram the by-Iaw�s showi�g t�at this persc�� has authocity to sign such obiigatian. If Surety's physieal address is different fram its mailing address, bot� must be provided. The dafe af the bond si-�all not be prior ta tI�e date tl�e Cc�ntraet is awarded. CITI QF F�RT WORTH lvance Ranch, Phase lA �T.Ai+tD:��iD CITY Ct�I�I131 l IQNS - DF,VELL)PEA AWARDED PR(3.[EC3"S C;ity Prc�ject I�Io. l f?52Q0 Re�ised lanuary 3 i, 2(} [ 2 00 62 13 - 1 PERFORMANCE BOND Page 1 of 2 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 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § C:olonial �arnericz�n C;�sualtv That we, Glenn Thurman, INC., known as "Principal" herein and ���d surety cou3pa�y 3���� � °��� �cl��� ��,d n��osst�;o,,,pa�,��oi �tartila��d , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, DR Horton, Inc., authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Three Million, One Hundred Fiftv Thousand, Five Hundred Nineteen Dollars and Seventv-Five Cents, ($3,150,519.75), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successars and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA25-0137; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 29th day of Sept2f11b21' , 20 25, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Nance Ranch, Phase IA — Paving Improvements. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Nance Ranch, Phase lA City Project No. 105200 006213-2 PERFORMANCE BOND Page 2 of 2 1 2 PROVIDED FURTHER, that if any legal action be iiled on this Bond, venue shall lie in 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 allliabilities 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 29th day of 9 September . 20 25 . io 11 12 13 14 15 16 i� is i9 Zo 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 PRINCIPAL: Glenn Thurman, INC. ,.: ,; ,; � r L� "" ` ,'� . � �,_����._ � ;, tii_r�. urc :� Svn ,�uc� >��� �+'� _ _ - �.,��n� ��nd i�idr �.i.;r.>, i'.�7. [3��, 8�O8-4_' \I�;qlii�c_ f\_'� 18�-€1K-1'. !:i E�: C:olc�nial _�n�erica�t Casttalty and Surety Company ind Fidelity ai�d Deposit Company of Nlaryland ' c-�.; �-���/ _:,auu�� Ro��L�i :�'lorales, �ttorney-in-fact �i�c <<n�l I itlr :U05 LBJ Freeway', Suife 14f1Ci � Dallas, �I`X 75244 , �, ',�'"L� ;_-/G�— 7�{ F� / -" .r .__.�. _�� ;� �.�I�,_'.' _ ..._ , , � � S't.���i���-�11�i� *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Nance Ranch, Phase lA City Project No. 105200 00 62 13 - 1 PERFORMANCE BOND Page 1 of 2 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 SECTION 00 61 13 PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT § § KNOW ALL BY THESE PRESENTS: § That we, Independent Utility Construction, Inc., known as "Principal" herein and i����sttiel�f ii.s�!�a�ice Co3,�����m� , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, DR Horton, Inc., authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Five Hundred Ei�htv-Ei�ht Thousand, Three Hundred Seventv-Three Dollars and Twentv Cents, ($588,373.20), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successars and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA25-0137; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 29th day of Septembel" 20 25, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Nance Ranch, Phase IA — Street Lighting Improvements. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Nance Ranch, Phase lA City Project No. 105200 Obtil 13-'' PGRFOIt�t:1�Cf: [ifl?J[� Puue i o!"� Bond Na. 489845T I Z �'ROVrUE D F'�;'RTHEK, tt�ai iFany legal action €�e �led on this Boncl. venue sf�ail lie in 3 Tarrant Co�inty, Texas or the United States DiStriet Court for tl�e Northern l�istrict of �fexas. Fort � Worth Uivision. 5 This bond Es made and eYec«ted in carnpliance with the provisions afChapter 2253 of the 6 Texas Governrnent Code, as amended, and ali liahilities on this bond �hall be determined in 7 accordanee wiih the provisions of said statue. 8 [N WITN�:�S W'H�:i2E0�', the Principal and the S��ret� havz SfGNE:[� .ar��1 til.-:AL E�) tiiis 9 instru�nent by duly avthnrized agents and of�icers on this tl�e2��y ot� S2pt@fpbgi' .�f)25. k0 ll I? 13 l� iS 16 I? 18 ]4 ia �� » 23 2� 25 26 2? �g 29 3� 31 32 33 34 35 36 37 38 39 44 41 42 43 4�3 A T: I � � (P ncipall Secretary Richard W�Ife �1�' �,i'� ness as to Principal Christina Garcia Witnes, as to Surety� Elizabeth Gray PR1 tii`l PAL: !`UEPE\�IENT UTiLI"1"Y' -o�s�r � _�rto�v. ��c. / AY: �—•, S� ature Richard Waffe, President Name and iitle Address: 5109 Sun Valfev Dri�e Fort Wort�_ Texas 7b l 19 Sl.'RETY: wesr��ELr� tr�sL`itA�iCE COk[PAtiY' � �3Y; Signature Kvle W. Sweenev, AttUmev-in-Fact Name and'Title Address: 955 Garden Par& Drive_ Suite 23U Allen. Tex� 75013 T'elephone'�Iumber: 972-5 i6-2600 *Note: ff signed by an officer nf the Surety Company, there must be on F!e a certiFied eYtract tram the by-�aws si�owirtg that this person has authority .0 Sign such obligaiian, if Surety's physica[ address is different from its mailing atfdre:;s, hbth must be peovid�d. The date ofthe bo��d shall not be prior [o �he Jate tt�e Contract is awa�cie�. c�7�v oF Fo€cT worc�rf� STAND�lRf3 CI'fY CONDI"f10PiS — DE.VtLUPER AWAROLU PKOJECTS V�ce aar,�:�,; f'husr ia f iq Pru{rc� �io I (152GC1 Revised Jan�rry 3i. _'012 D06214-I Pr1Y?�1�N"I' B€]ND Page i of 2 Bond #i0i�723�G 1 � 3 4 S 6 TI�E STATE OF TEXAS COUNTY OF TARRANT ' SECTION 00 bl 14 PAYMEN'�' BOND § § KNOW ALL BY TH�SE PR�SENTS: § 7 T�at we, Wright Canstruction Co. INC., known as "Principal" herein, and g Merchants Bonding Compar�y (Mutual) , a corporate surety { or sureties if more than one), d�ly 9 authorized to do business in tfte State af Texas, known as "Surety" herein (�vhether one or �ore), 10 are held and firmly bound unto tE�e Developer, DR Horton, inc., authorized to d� business in 1 i Texas "(�eveloper"}, and the Gity of �ai-t Worth, a Texas munici�a( eozporation ("City"), in the 12 penal sum of Three Millir�n. Ei�hd Flurrdred Ei�hr��-Seven Thousand, Faur Hundrec�Thrrtl-=Nine 13 Dollurs andSevenrv-E'i�ht Cents (� 3.887,439.78�,lawful maney of the United States, ta be paid t �t 15 16 17 18 19 ?fl in Fart Warth, `I'arrant Cc��nty, Tex�s, far the payment af which sum weli and truty be �nade jointiy unto the Devei�per and the Ci�y as duai abligees, we bind ourselves, our �eirs, executors, administratt�rs, s�ccessors and assigns, jointiy and severally, frmly by these gresents: K'HERFAS, I?eveioper and City have er�tered into an Agreemer►t for the constr�etian of com�nunity faci�ities in #he City of For�t Wc�rth, by and t�rotagh a Comrrtunity �acilities Agreemeni, C�� Numk�er C-�'.�.Z�-�l � �'; and R'HEREAS, Principal �as entered inta a certain �vri�ten Contrac� c�ith Developer, awarded 2� ��� 29th day of Sept�m��r , 2025 , which Contr�ct is hereb�� referred to 22 anci macie a�art hereof for all purpases as if fully set forth herein, ta furnish all materials, 23 sqe�ipment, lat�r and other �ccessories as defined by law, in the prasecutiort of the Work as 24 �rovideci for in said Contraet and desigr�ateci as �'Vance Raneh, Phcrse IA — Utilities ancluding Water, 25 26 .��znitary Sewer, c� Z?raina�e I�npravements. NOVV, THER�FORE, THE CONDITI�N QF THI� OBLIGATIQN is such th�t i#' 23 Principai shall pay ali manies owing ta any (and a!I) pa}�ment band beneficiary (as defined in 28 Chap#er 2253 of the Texas Govern�ner�t Codz, as amef��eci) in the �rasecution oft�e �Vork u�der 29 the Contract, then this obiigation shal� be and becQme nuit and void; atl����ise ta remain �n full �4 force and etfect. r,f-�� o� r•o�-r i�a��r� �v�� ���n, �n� �� STANDARD t.PfY CO�1}7I"I�It3NS — C3EVEL�P�R AWAttDED PR(3J�C'I'S Ciiy Project �io. 1fl5200 Itevised 3anuary?l, 2Q12 0 006214-2 PAYMENT BO�iI3 Page 2 of 2 � This band is made and executed in compliance with th� provisions of Chapter 2253 of the 2 Texas Go�ernme�rt Cade, as amer�ded, and ail liabilities on ihis bond shall be determined is� 3 aecvrdanee with t[�e provisians af said statute. 4 IN WITNESS WHFREOF, the Princi�al and Surety have each SIGNED and SEALED 5 this instrument by duly auth�rized agents and offieers on this fhe 29th day af 6 September , 2025 . 3 ATTEST / � %� _-._. , �' �---�- �' rinc�al) Secret�ry 4t'�tness as t� Principal PRiNCiPAL: ) t�Vri�ht Construction �. ! � BY: �'� `�ignature ��- - . Name and Ti#le Acidress; 60Q W. Wall St. Grapevine. TX 7b051 SUR�TY: i�'Ierchants �3nndir��, Com Qar�� � I�utual 1_ ATTEST� N{A (Surety) Secretary � ess as ta _ urety Elise Whife BY: ��t��i�ax����---, Signat�re Kim Bracamonte, At�orney-in-Fact Name arad Title Address: F.O. Box 1 �498 Des Moines. IA 503�6-3�98 Telephc��e Number: { g� 5} 243-817 i 8 9 1� li 12 13 14 END 4F SECTION C1TY C3�` PCiRT ik10RTH Nt�nce Ranch, Phase lA STAi�iDARB C[TY' CONDITI�I�1S —13EV�.l,C?PF:R AW'r1E�DED PKf�3EC"fS City Praj�ct No. l Q5200 Rzrised .€anvary il, ?Q!2 Nate: if signed by an off cer of the Surety, there must he on file a certitied extract from the bylaws showing #hat thi� psrson has autharity to sign such obEiga#ion. If Starety's p�tysical address is differ�nt from its mailing address, b��th musi be provided. The date af the bond shali not be prior to the date the Contract is aw�arded_ 006214-1 PAYMENT BOND Page 1 of 2 1 2 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT � SECTION 00 61 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § Colczni�al Ai��e�-'Ec�a�i t";asu��lt�� 7 That we, Glenn Thurman, INC., known as "Principal" herein, and �,��� 5�„-��,-c���,p�,ny a„d � g 1=i�l�liq� ar�l Depasir C�7n��anp� o��.�iaryla�l�l � a corporate surety ( or sureties if more than one), duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, DR Horton, Inc., authorized to do business in 11 Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the 12 penal sum of Three Million, One Hundred Fiftv Thousand, Five Hundred Nineteen Dollars and 13 Seventv-Five Cents ($ 3.150.519. 751,lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the 15 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, 16 successars and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement far the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, 19 CFA Number CFA25-Ol 37; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, awarded 21 the 29th day of Septembel' , 20 25 , which Contract is hereby referred to 22 and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 23 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 24 provided for in said Contract and designated as Nance Ranch, Phase 1 A— Paving Improvements. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statute. CITY OF FORT WORTH Nance Ranch, Phase lA STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO7ECTS City Project No. 105200 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 29th day of 3 September , 2025 . 4 5 6 7 8 9 10 11 11 II.tiI: ; � - - -- ------.. i NE�inu���tl ) SLCr�t�n�� - - - --- _ _ G� iFn�,� uy tc� I'rii �iral al !1_til. �_- •� t, � r..�il...— -- _ '''A� - _ I �lil'tl� } �CC1'�ill� 1 v�!%�_�_ . ',;;�;..i. i�� 5i�rc!� --- - _ PRINCIPAL: Glen Thurman, Inc. !31' � - -_.. ---- ti',,.� rr,i� iir�� ���,�'� �san .�UC111"► --�-- �:lfll� dlli� � 1[�i 1�lcir'�,•: I'.tl. �3ox 8�U8�� --- _ 1�4��rilt_I_\ 7� ] Si-(��;=1�---- - �I 12} fi, Colonial American Casualty and Surety Company� ----- - __ - and Fidelity and Deposit Co�npany of Maryland I>1 / �..�d�C�.G�_�� - ti <<it.iii��� Robl�i Mnrales, A_ttorney-in-fact \:��n�� ;i�ttl I i�lc � — - �J�i,��, -. 5Q05 LB� Freevaay, Suite 14Q0 Dallas, 'TX 75244 � �.. 2i-ir9g�J-OOC�� 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 Nance Ranch, Phase lA STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO7ECTS City Project No. 105200 Revised January 31, 2012 006214-1 PAYMENT BOND Page 1 of 2 1 2 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT � SECTION 00 61 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § 7 That we, Independent Utility Construction, Inc., known as "Principal" herein, and 8 W�esttield �3,s�ra.�ce Co3n����n� , a corporate surety ( or sureties if more than one), duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, DR Horton, Inc., authorized to do business in 11 Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the 12 penal sum of Five Hundred Ei�htv-Ei�ht Thousand, Three Hundred Seventv-Three Dollars and 13 Twentv Cents ($ 588,373.201,lawful money of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas, far the payment of which sum well and truly be made jointly unto the Developer 15 and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors 16 and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Developer and City have entered into an Agreement far the construction of 18 community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, 19 CFA Number CFA25-Ol 37; and 20 WHEREAS, Principal has entered into a certain written Contract with Developer, awarded 21 the �qth day of September , 20 25 , which Contract is hereby referred to 22 and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 23 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 24 provided for in said Contract and designated as Nance Ranch, Phase IA — Street Lighting 25 Improvements. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH Nance Ranch, Phase lA STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO7ECTS City Project No. 105200 Revised January 31, 2012 ;��� i.�., �av�rri�[� Ao+�r� N�c�e I of? Bond �io. 4$9s�5�r ThiS bond is made and executed in compliance with th� provisions Q#� Chapter 32�3 of the Texas Government Code, as arr�ended, and atl liabilities on this bond shall be c�etermined in aceordance with the provisions of said stature. � 3 a � 1[Y WITivESS WHEREOF, the Principai and 5urety have each S(GNED anci S�ALEQ this inscrUEnent by d��ly authori2ed agents and office�•s on this thc29th day of S@pt2lllb�l"?(l 25 �tTTES�'• `_._ �� (Pri�eipal ecreta�y Ric r We�lfe � _ ��,�'l`"'. itness �s to PrincipaE Chrisiina Garcia ATTEST: �� J� �--� (Surety} Secretary Frank A. Carrino � ��� Witrtess as to Surety Eiizabeth Gray" 6 7 8 9 �Q li r? 13 PRfNCIF�AL: [�iDEP�NDENT UTILETY CO:�STR! I��ON. INC. BY: � � 5ign ture — ----_ ___ Ftichard V�`olte. Presidenc Name and Title Address: Sla9 Sun Va��ev Drive r�•a�c w��rn. rzx� �6 � � 9 SURETY: WESTFiELD l�,"SURANCE COMPANY BY: ����� � 5" n re I�vle V4`. Sweenev. Attornev-in-Fact 1Vame and Title A�dress: 955 Qard�n Park Drive, Suite 230 Aller�, Texas 75Q 13 Telephane Nurnber: 972-516-2b00 Note: If signed by an officer of the Surety, there must be on file a certi#ieci extract from the bylaws showing that this person has authority to sign such abligat�on. 1f Surety's physicaC address is different from i€s mailing acic#rsss, both �nust be provided. The date of the bond shal6 nat be pr�or tc� the date the Contract is awarded. E'VD OF SEC"!'ION CCl'Y Ut� F()R?' `JVQR'fH iVatx:e Raixh. t'hase le\ STn�iDARD Ci'I'Y C'f�NDlTt(3NS — f)F.VFL()f'ER AWA12D4:� PRQlECI�S C[ry Pr�ject Ivo. 1p52�:]C Rev�sed Jantian a E, 20t? Q(15214-1 M�11NTE�IAI�CF BONi7 Page 1 of 3 Bond #101272316 t � 3 4 5 b 7 8 9 10 11 32 SECTION 00 b1 19 MA[NTENANCE BOND THE STATE OF TEXAS § § I�TOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § �'hat we, Wright Constr�.ictian Co. INC., known as "Principal" herein and Merchants sonding Company {Mutuai) , a corporate surety (sureties, if mare t�an one) d�ly authorized ta do business in the State of Texas, known as "Surety" herein (whether one or rt�c�re), are held and firm]y bound �nto the Developer, DR Horton, Inc., authorized to da b�siness in Texas ("Developer") a�d the City of i'art Worth, a Texas municipal corparatifln ("City"), in the surn af Thres Million. Ei�ht Hundred Ei�ht�-Seven 7'housc�nd. Fc�ur Hundred �'hirti-Nrne Dollaf-s rzn�l i 3 Sevenrv-Ei�ht Cerrts ($ 3:887.439.:8i, lawfui �or�ey of the [Tnited States, to be paid in ForE VVarth, 1� Tarrant County, Texas, for �ayment of whic� sum well and truiy be made jointty �nto the 15 DeveEaper and ��e City as d�al obligees and their successors, we hind ourselves. our heirs, 16 3? 18 l9 2� 21 executors, administrators, successors and assigns, jointly� and severally, frmly by these presents. WHEREAS, Develdper and City have entered in#o an Agreement for the eonstn.�ction of comm��ity facilities in tl�e City of Fort Worth by and thrc�ugh a Co�nmunity Facilities Agreement, CFA Number i..�'����-!)i_��; and WH�REAS, ihe Principai l�as enterett into a certait� written con#ract with tha Developer 22 awarded tl�e 29th da}= of SPrtPmhPr . Z�[5 ,����� ���►��'��� �s 23 hereby referred ta and a made part hereof for all purposes as if fuily set fc�rth herein, to furnis� aI] 24 materials, equiprner�t [abor and ott�er accessories as defined by la�, in the prosecution of the 25 Wor�:, ineiuding any Work resu�ting from a duly authorized Change Order {collectively herein, 26 the "Woric"} as �rovided for in said Contrac� and desi�-�ated as Nance Ranch Pha�e Ij4 — Utilities 27 ?g 29 30 31 :i2 33 inciuding Water, Sunitcrry Sex�er, & 1)rainage Improvements; and WHEREAS, Principal binds it�e4f fio use sueh materials and ta so constr�ct the Work in accordance with the plans, specifeatic��s and Contract Docurr�ents tha# the �ork is and will remain free fram defects in materials or workmanship far and during the periad of twQ (2) years afier the date of �i�ai Acceptance of t�e Wark by= the City ("Mair�tenance Period"), and CI"fY �F Ft�RT WOEtTiI S°FANDAitD C1TY C.OND["CIQNS - �EYEL�F'ER AWt1RDEB PR�.IECTS Revised January 31, 2012 Nancz Raneh, Phase lA City Project No. t€1520Q 006219-2 MAINTENANCE BOND Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Wark, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue sha111ie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Nance Ranch, Phase lA City Project No. 105200 QQ5219-3 MAINTENANCE BOND Page 3 of 3 ] IN WITNESS WI�REOF, the Prineipal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and c�fficers on this the 29th day of 3 September . Zo25 . � 5 6 ? 8 4 io ll l2 li l4 15 15 i7 i8 i� 2fl 21 22 z� 2� �� 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 ATTBST: F ` % ' ` ( � ..�._m.__ i inci i) Secretary� �'iiness as to Princi�al ATTEST: NfA _ _ _ _ (S urety) Secretary ��� �� ' ess as t Surety Elise White i'R[NCIPAL: WriQhtConstructio __ ic._^- � ; _.�_� _ _ �-- �� BY: _ .� �' Signature ' ~—`__ Name and Titie Address: 600 W. Wall St. Gra�evine, TX 76�51 SURFTY: MerchantsBandin�,Com�any [Mutual) � # � ' � �-�'.r�n'ri �'�f'�� BY: 3 ;,� 3'�JI � Signature Kim Bracamante. Attarney-in-Fact Na►ne and Title Adriress: �.O_ Box t�498 Des Moines, IA 5�30G-349& Teiephone Number: (515) 243-8171 *Nate: If signed by an officer of the Surety� Company, there must be on file a certified extract from the by-laws sl�awing ihat this person has authc�rity to sign sucn obligation. If Surety's pi�ysical address is different from iis mailing address, both must be provided. The dat� af the bor�d shall nc�t be priar to the date the Cantract is awarded. CITY OF' FORT L�sORTIi ST.4N[]ARD C{TY CO?�Ii�ITTtJNS —1�EVELE)PER AR'ARDED PR03ECTS Revised Januazy 31, 2�12 Nanc;e Ranch, f'hase IA City Project No. 105200 006219-1 MAINTENANCE BOND Page 1 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 SECTION 00 61 19 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § « » (:olt�nial :1n��rican (;a�ualtti� That we, Glenn Thurman, INC., known as Principal herein and and Sur��r C;cnri��any ;���cl _ ri��l<<y� a„d �epo�;���, co,,,pa�,�. oi' �tary����u _, a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, DR Horton, Inc., authorized to do business in Texas ("Developer") and the Ciry of Fort Worth, a Texas municipal corparation ("City"), in the sum of Three Million, One Hundred Fiftv Thousand, Five Hundred Nineteen Dollars and Seventv-F'ive Cents ($ 3,150,519.75), lawful money of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas, far payment of which sum well and truly be made jointly unto the Developer and 15 the City as dual obligees and their successors, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA25-Ol 37; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the ZQth day of Septembel' . 2025 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Nance Ranch Phase IA — Paving Improvements; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Nance Ranch, Phase lA STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO7ECTS City Project No. 105200 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Wark, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue sha111ie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Nance Ranch, Phase lA City Project No. 105200 006219-3 MAINTENANCE BOND Page 3 of 3 2 3 4 5 6 7 8 9 10 11 i2 13 14 15 id 17 18 19 20 21 22 23 24 Zs 26 2/ 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 29th day of September , 20 25 . PRINCIPAL: Glenn Thurman, INC. ,,; ,; , ;� c ,�;r;��.,�.t'i1 s��rrt,r� �` �// —_ �. ;s �: . . f - �.t,►�'�-� ��— .E�' �rcretart ��1� T . . _ �„ i / tii���tt:I[ .� :�:i�vd Sc�'t� J�� � � \am� arict Title �cl�€r�.,, I'.O. l3c» 8�U8�, �fe,�uitr. i \ ?; I g;-t18-1� i:I I1: L�n;onial American Cas�ialty and �urety Company :ind Fidelity an€i Deposit Co:�ga�iy oE ll�laryland �� �� � �� tii_IlllR'�I'� Robbi iUloraies, �ttorney-in-tact \,tF3t� .iii�! I itl�' �.;,3t��� 5005 LBJ Freew�}�, Suite 1400 Dailas.> TX 75244 � ��� �.�,F„',:�� 2141989-�(}(1(3 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Nance Ranch, Phase lA City Project No. 105200 006219-1 MAINTENANCE BOND Page 1 of 3 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 SECTION 00 61 19 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Independent Utility Construction, Inc., known as "Principal" herein and �.���;tt;el� !r,s.�raz,�� C:��i��a��•� , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, DR Horton, Inc., authorized to do business in Texas ("Developer") and the Ciry of Fort Worth, a Texas municipal corparation ("City"), in the sum of Five Hundred Eightv-Eight Thousand, Three Hundred Seventv-Three Dollars and Twentv Cents ($ 588.373.20), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successars and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA25-Ol 37; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the 29th day of Septembel" . 2025 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designated as Nance Ranch Phase IA — Street Lightinglmprovements; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Nance Ranch, Phase lA City Project No. 105200 006219-2 MAINTENANCE BOND Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Wark, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue sha111ie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Nance Ranch, Phase lA City Project No. 105200 tkl Fi? I �} - i +�frtI�IT6�(ANCE t3(',)I`�[3 Pac�e 3 of 3 Bonci Nc�. �$9845��� I;Y VVITNE�S WHEREO�, the Princ'spal antk the Surety have et�ch SIG��D aE�d 5�:��1.,E[� t��is instrumenE by d�iy aeEthorized agents and offcers on this tl�e 2gth day c>tSept2111b2C .'025 . � 5 6 7 $ 9 !0 I1 13 13 13 IS 16 17 18 19 �c �� � -r �� 24 25 ?6 27 38 'T(� 30 3i 32 33 34 35 ATTEST (Princip 11 cretary hard W'olfe � � ' ness as [u Prirtcipaf CfiriStina Garc�,a ATT�ST: �i� %�"f ���.aM.�...o ---�_____ .__ _____ _ ___ _.�.. (Surety� Secretary Frank A. arrino Witness as to Sarety Elizabeth Gray 36 *Note 37 38 39 d� �1 PRl�1CIPAL: IUDEPENClE�ii l;�Cl[.I fY COIVST'R IO�. {NC. BY": � ignature Richnrd Wolfe. President �iame and Title Address: 5[ 09 Sun Y'a14ev Drive Fort W`oRh. Texas ?b I 19 Si;RETY: 1'a'i:STFtELD IVSURA�iCE CO�ti'�riY � BY: . ignature — Kv(e W. 5weenev. Attorner-in-F�aet Vame and Title Address: 955 Garden Park Drive. 5uice ?30 Allen. Texu 75� 13 Tel ephone �um bcr: 972-5 I 5-2600 If signed by an offieer of the Suretv Company, there must be an file a certifed extract from the by-laws sf�owing tizat this person has authority to sign sueh obli�ation. !F Surety's pfiysical address is dif#'erent from its rnailing address, both must be provided. The date of the bond shall not be prior ta the date the Contract is awarded. crry or �c�R i� wc�irE�E� ����e x�,�n. r�,:� i.a STANDARll CI'fY CO1�fDl"fIqNS — fJ�VE:LC)PER �LW.4KD£D PR(]Jf•C'I�S City f'ra�ecc 40. S¢152�?0 Revssed IanEmry � I. ?0!? �� �� STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1- Definitions and Terminology ......... 1.01 Defined Terms .............................. 1.02 Terminology ................................. Article 2 -Preliminary Matters ........................ 2.01 Before Starting Construction....... 2.02 Preconstruction Conference......... 2.03 Public Meeting ............................. � Article 3- Contract Documents and Amendmg ............................................ 3.01 Reference Standards .................................................................. 3.02 Amending and Supplementing Contract Documents ............... Article 4- Bonds and Insurance .......................................................... 4.01 Licensed Sureties and Insurers ........................................ 4.02 Performance, Payment, and Maintenance Bonds ........... 4.03 Certificates of Insurance .................................................. 4.04 Contractor's Insurance ..................................................... 4.05 Acceptance of Bonds and Insurance; Option to Replace Article 5 - Contractor's Responsibilities ........................................................................... 5.01 Supervision and Superintendent .................................................................... 5.02 Labor; Working Hours ................................................................................... 5.03 Services, Materials, and Equipment .............................................................. 5.04 Project Schedule ............................................................................................. 5.05 Substitutes and "Or-Equals" .......................................................................... 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors)........ 5.07 Concerning Subcontractors, Suppliers, and Others ...................................... 5.08 Wage Rates ..................................................................................................... 5.09 Patent Fees and Royalties .............................................................................. 5.10 Laws and Regulations .................................................................................... 5.11 Use of Site and Other Areas .......................................................................... 5.12 Record Documents ......................................................................................... 5.13 Safety and Protection ..................................................................................... 5.14 Safety Representative .................................................................................... 5.15 Hazard Communication Programs ................................................................ 5.16 Submittals ....................................................................................................... 5.17 Contractor's General Warranty and Guarantee ............................................. 1 1 5 • ...................... 6 ...................... 6 ...................... 6 .7 .7 .7 .7 .9 12 12 12 13 13 14 14 16 16 18 19 19 19 20 21 21 22 22 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit : ............................................. 5.21 Nondiscrimination ........................................ Article 6- Other Work at the Site 6.01 Related Work at Site Article 7 - City's Responsibilities ........................... 7.01 Inspections, Tests, and Approvals ...... 7.02 Limitations on City's Responsibilities 7.03 Compliance with Safety Program....... Article 8- City's Observation Status During Construction 8.01 City's Project Representative .......................... 8.02 Authorized Variations in Work ....................... 8.03 Rejecting Defective Work ............................... 8.04 Determinations for Work Performed ............... Article 9- Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays ......................................................................... Article ll- Tests and Inspections; Correction, Removal or Acceptance of Defective Work 11.01 Notice of Defects .................................................................................................. 11.02 Access to Work ..................................................................................................... 11.03 Tests and Inspections ............................................................................................ 11.04 Uncovering Work ................................................................................................. 11.05 City May Stop the Work ....................................................................................... 11.06 Correction or Removal of Defective Work .......................................................... 11.07 Correction Period .................................................................................................. 11.08 City May Correct Defective Work ....................................................................... Article 12 - Completion .................................. 12.01 Contractor's Warranty of Title ... 12.02 Partial Utilization ........................ 12.03 FinalInspection ........................... 12.04 Final Acceptance ......................... Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous .......................................... 14.01 Giving Notice .......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 27 27 27 27 28 . . . . : . . . . 29 29 29 29 30 30 30 30 31 32 32 32 32 33 33 33 34 34 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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-r�ule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized chaNter 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 �ight-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The enti�e and integrated written document incorporating the Contract Documents between the Develope�, Contractor, and/or City concerning the Work. The Contract supersedes p�ior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the cont�act and which must include the Agreement, and it's attachments such as standard constr�uction specifications, standard City Conditions, other general conditions of the Develope�, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless other�wise defined, shall mean a Calenda� 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 cha�acter of the Wo�k 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 ser-vices for the Developer. 15. Final Acceptance — The written notice given by the City to the Develope� and/o� Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appuNtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements A part of the Contract Documents between the Developer and a Contracto�. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orde�s of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real p�operty, or personal property. 20. Milestone A p�incipal event specified in the Contract Documents relating to an inteNmediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Orde� A document, which is p�epared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work o� an adjustment in the Contract P�ice or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule A schedule, pNepared 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 unde� 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 pa�ticipation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7.•00 a.m. and ending at 6.•00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical exa�nples 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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals A schedule, prepared and maintained by Cont�^acto�; of �equired 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 �ights-of-way, permits, and easements for access thereto, and such otheN lands furnished by City or Developer which are designated for the use of Cont�^actor. 32. Specifications—That paNt of the Contract Documents consisting of wNitten 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 Contr�act Documents by attachment or zf not attached, may be incorporated by reference as indicated in the Table of Contents (Division DO 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requiNements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instNuctions frorn the City and/or Developer and to act for the Contractor. 37. Supplementa�y 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 Cont�actor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wi�es, 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, othe� liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hou�s beginning at 9: 00 a.m. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work—The entire consti^uction 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 necessa�y to produce such constr�uction including any Participating Change ONder, Non-Participating Change Order, or Field Order and furnishing, installing, and incorporating all mate�ials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the cont�ol of the Cont�^actor will permit the performance of the principal unit of work undenvay for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3— CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 qualiiications as may be provided Section 4.04. 4.02 Perf'ormance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates oflnsurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 L The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. L 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 o£ a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None Writc thc namc of thc railroad company. (If nonc, thcn writc nonc) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : None Entcr limits providcd by Railroad Company (If nonc, writc nonc) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Wark 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: Contractar 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 Insu�ance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the 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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the eXtent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or-Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Equal " Iteins: 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 S.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph S.OS.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 O1 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods o� 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 S.OS.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 S.OS.A and S.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Cont�actor shall indemnify and hold ha�mless City and anyone directly or indi�ectly 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 Reimbu�sement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs S.OS.A.2 and S.OS.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 P�e-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 Subcont�actors, Suppliers, and Others A. Minority and Wornen Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) 0 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 Wark 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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. 0 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 l lth 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 worlc, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contr�actor shall indemn� 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 oN Nelating 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. ll Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 518, Contractor shall indemn� and hold harmless City, fi�om 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 sa 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 Wark Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Wark shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Prog�ams 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 speciiied in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 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 O1 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit.• A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 Wark with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's PNoject 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 Tla�iations 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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 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 mare 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 Notzfzcation 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 Cont�act Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of 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 thereo fl 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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Wo�k 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 ar agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph S.lO.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 Contractar. 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 Co�rect Defective Wo�k 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 ll.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 Wark, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's WarNanty 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.OS.A.1, City and Contractor shall make an inspection of that part of the Wark 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 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractar 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 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given ii 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 oiiioo-i DAP SUMMARY OF WORK Page 1 of 3 1 2 3 PART1- GENERAL SECTION O1 11 00 SUMMARY OF WORK 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 8 9 10 11 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 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 Wark 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105200 Revised December 20, 2012 oi iioo-a 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. Wark 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 Wark. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 27 28 29 30 31 32 [� c. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 33 34 35 36 37 38 39 40 41 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105200 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105200 Revised December 20, 2012 oiasoo-i DAP SUBSTITUTION PROCEDURES Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 25 00 SUBSTITUTION PROCEDURES 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. No 22 separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 oi as oo - a DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 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 46 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) Speciiication Section or Drawing reference of originally speciiied product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 1 2 3 4 5 6 7 8 1.6 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 13 14 15 16 17 18 19 20 21 22 23 24 25 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] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 DATE NAME 29 END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: 11 Reason for Substitution: 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 46 47 48 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 qualiry are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City _ Recommended _ Recommended Not recommended Received late By Date Remarks Date Rejected CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING Page 1 of 3 1 2 3 PART1- GENERAL SECTION O1 31 19 PRECONSTRUCTION MEETING 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held priar to the start of Work to 7 clarify construction contract administration procedures . 10 11 12 13 1.2 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 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Wark associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 27 28 29 30 31 32 33 34 35 36 37 38 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013119-2 DAP PRECONSTRUCTION MEETING Page 2 of 3 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 46 47 48 49 50 51 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 £ 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 f£ Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 jj. Questions or Comments 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS [NOT USED] 11 PART 3- EXECUTION [NOT USED] 12 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013300-1 DAP SUBMITTALS Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 33 00 DAP SUBMITTALS 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the Ciry 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 Wark 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 fj 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 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 46 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1 1 11 1: : 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'/z inches x 11 inches to 8'/z inches x l linches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2 3 4 5 6 7 8 0 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identiiication of the product, with the Speciiication Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Wark or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 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 46 F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Perfortnance 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Wark 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coardination 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 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated ar installed prior to the approval or qualified approval of such item. 20 L Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 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 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 iile 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 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated wark and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 38 39 40 41 42 43 44 45 46 47 48 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 Ciry 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 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 46 47 48 49 c. � 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 iinal product. 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 iinal 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. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractar must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 L Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Wark or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 14 15 16 17 18 19 20 21 22 23 24 25 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 Speciiications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME 12/20/2012 D. Johnson SUMMARY OF CHANGE 1.4.K8. Working Days modified to Calendar Days CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August 30, 2013 013513-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 SECTION O1 35 13 SPECIAL PROJECT PROCEDURES A. Section Includes: L The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Wark near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. £ Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. 21 C. Related Speciiication Sections include, but are not necessarily limited to: 22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 28 29 30 31 32 33 34 35 1.3 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August, 30, 2013 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 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 b. All work performed in the TxDOT right-of-way sha11 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 Wark 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 a11 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. Wark 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 Ciry and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notiiication in accordance with Section Ol 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that wi11 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 Pena1 11 Code Title 7, Chapter 28.03 (Criminal Mischie fl 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. Priar 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 priar 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 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number � Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August, 30, 2013 013513-4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 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 c. d. e. f. 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's fareman and phone number 6) Name of the City's inspector and phone number A sample of the temporary water service interruption notification is attached as Exhibit B. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coardination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D. Johnson 13 END OF SECTION Revision Log SUMMARY OF CHANGE 1.3.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August, 30, 2013 013513-6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 2 3 4 5 6 7 s 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 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August, 30, 2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 1 2 EXHIBIT B FORT WORTH �: DOE I'!O. XXXX Project I�ame: rIOTICE OF TEMPORAI�Y WATER SLRVICE INTERRLiPTIOI�I 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 PO5SIBLE. THANK YOU, ,CONTRACTOR 3 4 CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised August, 30, 2013 014523-1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 1 2 3 PART1- GENERAL SECTION O1 45 23 TESTING AND INSPECTION SERVICES 4 1.1 SUMMARY 5 A. Section Includes: 6 L Testing and inspection services procedures and coordination 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 1.3 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for iirst 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. REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised March 20, 2020 014523-2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 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 ar lack of inspection does not relieve the Contractor from obligation to perform wark in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 29 DATE 03/20/2020 30 END OF SECTION Revision Log NAME SUMMARY OF CHANGE D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the Cit}�'s document management system. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised March 20, 2020 ois000-i DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 2 SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Starage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Speciiication 14 1. None. 15 16 17 18 1.2 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 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Wark 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 Wark. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Proj ect Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised JULY 1, 2011 oi s000-a DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 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 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe warking 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 stare sewage and waste so as not to cause nuisance ar 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 Proj ect 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. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 proj ect. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised JULY 1, 2011 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 7 : END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 2 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a Ciry 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 Nance Ranch, Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 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 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Trafiic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Priar to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Warks Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 warking 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 L 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. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 fc�c3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] � END OF SECTION CITY OF FORT WORTH Nance Ranch, Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nance Ranch, Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION O1 57 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures far Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Wark associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Nance Ranch, Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVEL,OPER AWARDED PROJECTS City Project No. 105200 Revised July 1, 20ll Ol 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: L Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the Ciry as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the Ciry Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Nance Ranch, Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVEL,OPER AWARDED PROJECTS City Project No. 105200 Revised July 1, 20ll Ol 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section Ol 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Nance Ranch, Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVEL,OPER AWARDED PROJECTS City Project No. 105200 Revised July 1, 20ll 015813-1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: L Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication 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, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH Nance Ranch, Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Praject No. 105200 Revised Apri17, 2014 015813-2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Nance Ranch, Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 Ol 58 13 - 3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME 4/7/2014 M. Domenech [.Y�1 u I u I � :�•��] �� 0 I � ► [�'f �! Revised for DAP application CITY OF FORT WORTH Nance Ranch, Phase 1A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PRO7ECTS City Project No. 105200 Revised Apri17, 2014 016000-1 DAP PRODUCT REQUIREMENTS Page 1 of 2 1 2 3 PART1- GENERAL SECTION O1 60 00 PRODUCT REQUIREMENTS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 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 [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is available through the City's website at: 16 1. https://anns.fortworthtexas.�ov/ProiectResources/ and following the directory path: 17 02 — Construction Documents\Standard Products List 18 B. Only products specifically included on City's Standard Product List in these Contract 19 Documents shall be allowed for use on the Project. 20 1. Any subsequently approved products will only be allowed for use upon specific 21 approval by the City. 22 C. Any specific product requirements in the Contract Documents supersede similar 23 products included on the City's Standard Product List. 24 1. The City reserves the right to not allow products to be used for certain projects even 25 though the product is listed on the City's Standard Product List. 26 D. Although a specific product is included on City's Standard Product List, not all 27 products from that manufacturer are approved for use, including but not limited to, that 28 manufacturer's standard product. 29 E. See Section O1 33 00 for submittal requirements of Product Data included on City's 30 Standard Product List. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised March 20, 2020 016000-2 DAP PRODUCT REQUIREMENTS Page 2 of 2 1 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS [NOT USED] 6 PART 3- EXECUTION [NOT USED] 7 E:j � 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised March 20, 2020 oi6600-i DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 2 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 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 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 25 26 27 28 29 30 31 32 33 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 Nance Ranch, Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 11 12 13 14 15 16 17 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. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 30 31 32 33 34 35 36 37 38 � 9. 10 Store in manufacturers' unopened containers. 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. Keep public and private driveways and street crossings open. 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 Nance Ranch, Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 31 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD �ou] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 30 END OF SECTION CITY OF FORT WORTH Nance Ranch, Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME 4/7/2014 M.Domenech SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Nance Ranch, Phase lA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 oi�000-i DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 2 3 PART1- GENERAL SECTION O1 70 00 MOBILIZATION AND REMOBILIZATION 4 1.1 SUMMARY 5 A. Section Includes: 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 4l 42 43 44 45 L 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 oi�000-a DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 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 Wark Order c) Removal of all buildings ar other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work far 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. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 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 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 proiits 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 Wark 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.A3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 0 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 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 SECTION O1 71 23 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. See Changes (Highlighted in Yellow). 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work perfortned and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work perfortned and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 1.3 REFERENCES 2 A. Definitions 3 1. Construction Survev - The survey measurements made prior to or while 4 construction is in progress to control elevation, horizontal position, dimensions and 5 configuration of structures/improvements included in the Project Drawings. 6 2. As-built Survev —The measurements made after the construction of the 7 improvement features are complete to provide position coordinates for the features 8 of a project. 9 3. Construction Stakin� — The placement of stakes and markings to provide offsets 10 and elevations to cut and fill in order to locate on the ground the designed 11 structures/improvements included in the Project Drawings. Construction staking 12 shall include staking easements and/or right of way if indicated on the plans. 13 4. Survev "Field Checks" — Measurements made after construction staking is 14 completed and before construction work begins to ensure that structures marked on 15 the ground are accurately located per Proj ect Drawings. 16 B. Technical References 17 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 18 website) — O1 71 23.16.01_ Attachment A_Survey Staking Standards 19 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 20 on City's Buzzsaw website). 21 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 22 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 23 Surveying in the State of Texas, Category 5 24 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection) for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section O1 33 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work, including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit "Cut-Sheets" conforming to the standard template provided by the Ciry 36 (refer to O1 71 2316A1 — Attachment A— Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As-built Redline Drawing Submittal CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 2 3 4 5 6 7 8 9 1 2. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the wark (refer to Ol 71 23.16.01 — Attachment A — Survey Staking Standards) . Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week priar to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 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 46 2. Coordination a. Contact City and Developer's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or Developer's Project Representative are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the Ciry copies of field notes used to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 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 46 47 48 49 6) The Contractor remains fully responsible for the accuracy of the wark and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily recards to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 OS 23 and/or 33 OS 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed ar negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) W ter Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 2501inear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-graviry facilities) at the following locations: (1) Minimum every 2501inear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) W ter Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 d) Fire hydrants e) Valves (gate, butterfly, etc.) � Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 PART 2 - PRODUCTS 20 A. A construction survey will produce, but will not be limited to: 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions 40 PART 3 - EXECUTION 41 3.1 INSTALLERS CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 A. Tolerances: 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 The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to speciiic requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1 A ft. tolerance. b. Horizontal alignment on a structure shall be within .O.lft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than O.OSft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no mare than 01 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR / RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative, the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 2 3 4 5 6 7 1. Notify City or Developer's Project Representative if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City or Developer's Project Representative may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors or Developer's Project Representative before further associated wark can move forward. 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD [ox] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility far accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 25 26 27 28 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson 8/31/2017 2/14/2018 SUMMARY OF CHANGE Added instruction and modified measurement & payment under 1.2; addcd 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 texY'; revised measurement and payment sections for Construction M Owen Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised February 14, 2018 017423-1 DAP CLEANING Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 SECTION O1 74 23 CLEANING 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 15 A. Measurement and Payment 16 1. Wark associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] ��� 30 31 32 33 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 7 8 9 10 11 12 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] 13 PART 3 - EXECUTION 14 31 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 28 29 30 31 32 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised April 7, 2014 017423-3 DAP CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 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 B. Intermediate Cleaning during Construction 1. Keep Wark 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. Stare 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. Priar 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] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME 4/7/2014 M.Domenech SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised April 7, 2014 oi��l9-i DAP CLOSEOUT REQUIREMENTS Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 77 19 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 L The procedure for closing out a contract 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 A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Wark 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 oi��l9-a DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 31 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 8 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section O1 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 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 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. FinalInspection 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 Wark 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 £ 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 Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 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 1. Once the City Project Representative finds the Work subsequent to Fina1 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. Fina1 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) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Proj ect 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 [ou] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION DATE NAME 4/7/2014 M.Domenech Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 78 23 OPERATION AND MAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Trafiic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 15 16 17 1.2 18 19 20 21 1.3 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 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. REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section O1 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth ar metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017823-2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and majar component parts of equipment. 2) Provide indexed tabs. £ Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Tit1e of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 B. Manual Content 3 � 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017823-3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 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 46 47 48 5. Copy of each warranry, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Co1or and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions far inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions £ Description of sequence of operation by control manufacturer 1) Predicted life of parts subj ect to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017823-4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 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 k. Charts of valve tag numbers, with location and function of each valve List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 7 DATE 8/31/2012 4/7/2014 8 END OF SECTION Revision Log NAME SUMMARY OF CHANGE D. Johnson 1.S.A.1 — title of section removed M.Domenech Revised far DAP Application CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 78 39 PROJECT RECORD DOCUMENTS 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 �r�:j 29 30 31 32 33 34 35 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Wark to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 L Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Proj ect Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [ou] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 20 21 22 23 24 25 26 27 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 31 32 33 34 35 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 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 46 47 48 2. Preseroation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of wark. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area ar areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents L Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a"cloud" around the area or areas affected. CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 017839-4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 ��a 23 24 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ou] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION DATE NAME 4/7/2014 M.Domenech Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Nance Ranch, Phase IA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105200 Revised Apri17, 2014 GC-4.02 Subsurface and Physical Condirions Page 1 of 1 GC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS Nance Ranch, Phase 1A City Project No. 105200 FINAL GEOTECHNICAL ENGINEERING REPORT NANCE RANCH AVONDALE-HASLET ROAD FORT WORTH, TEXAS Prepared for: D.R. HORTON Fort Worth, Texas EWI Report No. DR226736F April 2025 `'Elferbee-Watczak, Inc. GEOTECHNICAL ENGINEERING & , j CONSTRUCTION MATERIALS TESTING SERVICES April 17, 2025 D.R. Horton 6751 North Freeway Fort Worth, Texas 76131 Attn: Cody Molloy Re: Final Geotechnical Engineering Report Nance Ranch Avondale-Haslet Road Fort Worth, Texas EWI Report No. DR226736F Ellerbee-Walczak, Inc. (EWI) has completed the Geotechnical Engineering Report for the above referenced project. The results are presented in the attached report. Please do not hesitate to contact us if you have any questions regarding the information in this report or if we can be of any additional assistance. It has been a pleasure providing geotechnical services for this project. Elferbee-Walczak, Inc. TBPE Firm No, F-4610 Y'.�venr �4av�-ence, �r.; � Geotechnical Manager .�: �� OF• �.�k,���9� v �Q'••''�� '"� �i � �� #� � .. - .: ...�.�.:�: , -r��f,�,.t,AVVRENGE, ��'. �'.�',- 9L693 �.. �� ��$��,o�..�/CEt��� �C�~�� ���eSSiC3I�P.��': � �l �' duar D. Almara S Graduate Engin r 4501 Broadway Ave. • P.O. Box 14809 • Haltom City, Texas 76117 Office 817-759-9999 • Fax 817-759-1888 TABLE OF CONTENTS Page 1.0 SITE & PROJECT INFORMATION ...................................................................................... 1 2.0 SCOPE OF SERVICES ....................................................................................................... 1 3.0 FIELD OPERATIONS .......................................................................................................... 1 4.0 LABORATORY TESTING ................................................................................................... 2 5.0 SITE SUBSURFACE CONDITIONS .................................................................................... 5 6.0 GROUNDWATER ............................................................................................................... 6 7.0 ANALYSIS & RECOMMENDATIONS .................................................................................. 7 7.1 Foundation Recommendations ................................................................................ 7 7.1.1 Post-Tensioned Foundation Systems .............................................................. 8 7.2 Utilities ...................................................................................................................10 7.3 Earthwork/Site Grading .......................................................................................... 10 7.4 Site Drainage ......................................................................................................... 10 8.0 LIMITATIONS ....................................................................................................................11 APPENDIX Figure Planof Borings ........................................................................................................................... 1 BoringLogs ...................................................................................................................... 2 — 106 Soil Classification Chart ......................................................................................................... 107 FINAL GEOTECHNICAL ENGINEERING REPORT NANCE RANCH AVONDALE-HASLET ROAD FORT WORTH, TEXAS 1.0 SITE & PROJECT INFORMATION The ±207.1173-acre project site designated as Phase 1 of the Nance Ranch development is located south of Avondale-Haslet Road and west of John Day Road, in the City of Fort Worth, Tarrant County, Texas. Prior to clearing/earthwork operations, the site was mostly open with scattered trees, gas well pads, ponds and a creek. The site generally drains south towards the creek. Earthwork operations were on-going at the time of drilling/writing this report. Proposed residential construction is designated as Block 1— Lots 1 through 19, Block 2— Lots 1 through 12, Block 3— Lots 1 through 5, Block 4— Lots 1 through 40, Block 5— Lots 1 through 49, Block 6— Lots 1 through 10, Block 7— Lots 1 through 22, Block 8— Lots 1 through 27, Block 9— Lots 1 through 28, Block 10 — Lots 1 through 22, Block 11 — Lots 1 through 9, Block 12 — Lots 1 through 4, Block 13 — Lots 1 through 10, Block 14 — Lots 1 through 50, Block 15 — Lots 1 through 17, Block 16 — Lots 1 through 10, Block 17 — Lots 1 through 12, Block 18 — Lots 1 through 22, Block 19 — Lots 1 through 5, Block 20 — Lots 1 through 38 and Block 21 — Lots 1 through 22. Planned construction consists of about 433, one or two-story wood-frame/brick-veneer single- family residences with relatively light foundation loads. Grading plans indicate maximum cuts/fills on the order of about -3 and +8 will be required to establish finished individual pad grades. Z.0 SCOPE OF SERVICES The purpose of our geotechnical services for this site were to: • Evaluate the subsurface conditions encountered in the borings. • Evaluate the pertinent engineering properties of the recovered samples. • Provide recommendations concerning suitable types of foundation and floor slab systems for the proposed residences. • Provide recommendations for earthwork and site grading. 3.0 FIELD OPERATIONS The subsurface conditions of the site were evaluated by performing 105 final borings, which were drilled from January 20t" through 24t" of 2025. The approximate boring locations are provided on the Plans of Borings (Figure 1) in the Appendix. The results of the field exploration program are presented on the Boring Logs (Figures 2 through 106) in the Appendix. A Soil Classification Chart containing the keys to symbols and the description of terms used on the boring logs are presented on Figure 107. � � � 1 DR226736F A truck-mounted drilling rig with continuous flight augers were used to advance the borings. Soils were sampled using steel tubes. The samples were extruded in the field, Iogged, sealed, and packaged to preserve their in-situ moisture content and reduce disturbance during transportation to the laboratory. The load carrying capacity of the limestone/shale encountered on most of the borings was evaluated in the field by performance of the Texas Department of Transportation's (TxDOT) Cone Penetration Test. Drilling and sampling were performed in general accordance with applicable ASTM and TxDOT procedures. 4.0 LABORATORY TESTING The Boring Logs were reviewed by a geotechnical engineer who assigned soil samples for testing. Tests were performed in the laboratory by technicians working under the direction of the engineer. Testing was performed in general accordance with applicable ASTM procedures. Liquid and Plastic Limit tests (ASTM D 4318) were performed on samples of the cohesive soils. These tests were used in conjunction with moisture content tests (ASTM D 2216) for classification and estimating their volume change potential. Absorption swell tests were performed on selected samples of cohesive material to quantitatively evaluate volume change potential at the in-situ moisture levels. Percent passing the No. 200 Sieve tests were performed on selected samples of soil to determine the percentage finer than 0.075 mm to aid in classification. Hand penetrometer and unconfined compression tests were performed on the soils to evaluate consistency and strength. The results of the laboratory tests are presented on the Boring Logs in the Appendix. Results of swell tests are presented below in Table 1. TABLE 1- SUMMARY OF SWELL TESTS Boring Depth (feet) 1 2-4 2 0-2 4 10 11 12 13 2-4 2-4 6-8 8-10 4-6 LL PI 39 70 21 46 69 35 42 58 38 46 17 26 38 23 Initial Moisture (%) 15.0 24.1 27.7 14.6 19.6 20.6 22.3 Final Moisture �%� 21.7 28.2 30.2 18.6 20.9 24.0 25.3 Surcharge ( psf) 375 125 375 375 875 1125 625 Swell (%) 0 1.7 0.9 0.2 0 1.6 0.5 � � 2 DR226736F TABLE 1- SUMMARY OF SWELL TESTS CONTINUED Boring Depth (feet) 14 15 16 19 21 22 25 27 28 30 36 38 39 42 43 44 45 46 47 48 49 50 51 52 53 4-6 2-4 0-2 2-4 0-2 2-4 0-2 4-6 2-4 0-2 0-2 2-4 0-2 0-2 2-4 0-2 8-10 2-4 4-6 4-6 6-8 0-2 8-10 6-8 2-4 LL 49 72 62 42 66 66 66 50 29 65 57 73 63 46 66 61 43 59 67 68 50 67 48 68 68 � 30 44 37 24 40 41 42 30 15 43 35 46 38 29 43 38 24 37 44 43 31 43 31 44 44 Initial Final Surcharge Moisture Moisture �psfj (%� �%) 20.4 23.4 625 30.6 32.8 375 27.6 32.4 125 15.2 18.6 375 32.0 35.0 125 29.6 34.0 375 30.1 36.5 125 24.3 28.9 625 11.7 17.2 375 23.6 25.8 375 29.5 34.8 125 29.3 32.6 375 27.1 31.3 125 24.8 30.7 125 28.9 32.4 375 23.3 27.1 125 15.4 22.4 1125 25.4 27.8 375 20.7 25.9 625 23.5 25.7 625 12.6 19.9 875 29.4 33.2 125 12.8 16.8 1125 21.9 31.3 875 25.4 28.4 375 Swell (%) 0 0.8 1.5 0 0.9 0.4 0.7 0.9 0 0.6 0.9 0.3 0.9 2.0 0.8 1.1 0.8 0.3 0.4 0.8 0.8 1.0 1.2 0.6 0.3 / � � i / 3 DR226736F TABLE 1- SUMMARY OF SWELL TESTS CONTINUED Depth Initial Final Surcharge Swell Boring �feet) LL PI Moisture Moisture �ps� �o�o� 0 0 54 55 56 57 58 59 60 61 62 63 64 65 66 70 80 81 82 83 84 85 86 87 88 91 92 (/o) (/Qi 4- 6 66 41 24.3 27.6 625 0 8- 10 34 17 17.0 20.1 1125 0 6- 8 42 25 11.6 20.5 875 2.3 2- 4 62 41 17.8 23.4 375 0.1 4- 6 68 41 26.8 30.3 625 0.7 2- 4 35 18 14.5 19.3 375 0 4- 6 64 41 28.7 31.3 625 0.7 8- 10 53 32 17.5 21.7 1125 2.4 0- 2 65 42 25.8 29.2 125 0.6 2- 4 48 30 18.5 21.8 375 0.9 2- 4 65 40 22.6 25.2 375 1.0 4- 6 55 34 18.8 27.8 625 2.4 8- 10 70 45 20.1 23.2 1125 1.9 2- 4 40 23 18.3 18.8 375 0 2- 4 75 50 18.5 21.2 375 1.5 6- 8 71 45 20.7 26.0 875 4.6 4- 6 64 43 14.0 18.3 875 2.9 4- 6 65 40 20.3 25.0 625 0.4 8- 10 55 34 19.6 21.9 1125 0 4- 6 71 44 23.5 27.4 625 2.7 6- 8 54 34 14.0 18.6 875 3.3 2- 4 47 30 15.6 21.1 625 2.6 0- 2 53 30 25.8 29.5 125 2.4 2- 4 40 23 14.3 17.5 375 0.4 0- 2 64 40 23.8 27.7 125 2.1 � I 4 DR226736F TABLE 1- SUMMARY OF SWELL TESTS CONTINUED Boring Depth (feet) 93 94 95 96 97 98 99 101 102 103 8-10 8-10 6-8 4-6 4-6 6-8 8-10 6-8 2-4 0-2 m 58 66 56 57 57 71 65 69 50 44 � 37 44 35 37 36 45 43 44 31 25 5.0 SITE SUBSURFACE CONDITIONS Initial Moisture (%) 17.6 22.3 13.7 21.1 14.1 16.1 11.0 17.7 15.0 21.8 Final Moisture (%) 18.9 24.9 18.1 22.3 18.7 22.7 16.0 21.7 19.3 23.7 Surcharge Swell f pSf) (%) 1125 0.3 1125 0.9 875 3.8 625 625 875 1125 875 375 125 0 0.7 5.1 4.4 3.1 1.5 0.9 The conditions encountered at each boring location are depicted on the Boring Logs in the Appendix. Descriptions of each strata with its approximated depth and thickness are provided. The depths reported on each log refer to the depth from the existing ground surface at the time the boring was performed. A brief description of the stratigraphy indicated by the borings is presented below. Dark brown, brown, tan and gray clays, silty clays, shaley clays and sandy clays, with limestone fragments/seams/layers, gravel and calcareous particles, were encountered at the surface of Borings 1 through 7 and 9 through 105. The soils extended to depths of about 4, 2, 2, 4, 4, 3, 2, 3, 19, 19, 19, 6, 6, 4, 4, 2, 3, 4, 4, 2, 4, 2, 3, 4, 4, 6, 6, 2, 18, 1, 2, 2, 3, 1, 2, 1, 4, 4, 4, 2, 2, 15, 12, 12, 16, 16, 7, 10, 10, 8, 8, 11, 15, 4, 8, 8, 6, 18, 16, 6, 15, 14, 1, 2, 4, 2, 1, 1, 2, 1, 1, 2, 1, 2, 5, 12, 11, 6, 12, 18, 13, 6, 2, 2, 5, 4, 5, 18, 13, 12, 16, 16, 18, 16, 13, 4, 6, 1 and 2 feet in Borings 1 through 7, 9 through 65 and 68 through 105, respectively; and to termination depths of 20 feet in Borings 66 and 67. The variable soils had Liquid Limits (LL's) ranging from 26 to 75 percent, Plasticity Indices (PI's) of 14 to 50, classified as CL and CH according to the Unified Soil Classification System (USCS) and were very stiff to hard in consistency. � '� I � 5 DR226736F Tan limestone, with some clays seams/layers and shale seams, were encountered at the surFace of Boring 8 and next encountered in Borings 1 through 7, 9 through 47, 50 through 60, 62, 63, 68 through 84, 86 through 92, 94 through 96 and 100 through 105. The tan limestone extended to depths of about 17, 17, 17, 17, 17, 17, 17, 17, 14, 17, 17, 17, 17, 16, 16, 15, 15, 13, 13, 12, 14, 12, 14, 18, 13, 16, 12, 11, 12, 12, 13, 12, 12, 13, 13, 14, 15, 18, 19, 19, 19, 19, 14, 13, 17, 18, 19, 18,16,12,16,14,13,12,12,12,16,13,13,13,17,18,17,18,18,16,18,18,17,17,17,18,17, 13, 14, 14 and 13 feet in Borings 1 through 9, 13 through 29, 31 through 42, 44 through 47, 50 through 53, 55, 59, 60, 62, 63, 69 through 79, 81 through 89, 94, 95 and 102 through 105, respectively; and to termination depths of 20 feet in Borings 10, 11, 12, 30, 43, 56, 57, 58, 80, 90, 91, 92, 96, 100 and 101; and to an auger refusal depth of 14 feet into very hard limestone in Boring 68. The upper portions of the tan limestone (with clay layers) were generally fractured in nature. Gray limestone, with some shale seams/layers, were next encountered in Borings 1 through 9, 13 through 29, 31 through 42, 44 through 53, 55, 59 through 65, 69 through 79, 81 through 89, 93 through 95, 97 through 99 and 102 through 105. The soils encountered above the limestone in the borings at this site are considered to be moderately active to highly active with respect to moisture-induced volume changes. The soils encountered in the borings have shrink and swell potential with seasonal moisture changes within the active zone. The active zone is limited to the top of the limestone (in areas with shallow rock). 6.0 GROUNDWATER The borings were advanced in the dry using auger-drilling techniques. This process allows relatively accurate short-term observations of groundwater while drilling. Seepage was not observed while drilling in Borings 1 through 93, 97, 98, 99 and 102 through 105; these borings were observed to be dry after the completion of drilling. Seepage was observed while drilling in Borings 94, 95, 96, 100 and 101 at depths of about 13, 14, 14, 13 and 13 feet. Water levels of 11, 11, 15, 10 and 15 feet below existing grades were measured after the completion of drilling in these borings. Groundwater levels will seasonally fluctuate due to variations in the amount of precipitation, evaporation and surface water runoff. Seepage can occur above and within the limestone/shale, particularly during wet seasonal/annual cycles. Sporadic surFace seepage may occur where cuts or natural grade approach the top of limestone. In addition, groundwater conditions may change due to excessive landscape irrigation, tree root demand and from leaking buried utilities. 0 � � � / 6 DR226736F 7.0 ANALYSIS & RECOMMENDATIONS If a residential building pad (assuming the foundation is ground supported) has differential fill thickness in excess of 24 inches from either side to side or corner to corner, the building pad should be undercut an additional amount to reduce differential fill depths to 24 inches, or less. This will reduce the potential for differential fill settlements (assuming the fill placement is controlled) due to varying fill thicknesses and decrease the potential differential settlements to on the order of'/z inches or less across the foundation footprint. If differential foundation movements can be tolerated, single-family residences such as these commonly use ground-supported, stiffened slab foundation systems for this site. Recommendations for ground supported foundations are provided below. 7.1 Foundation Recommendations Some differential foundation movements can be expected, if post-tensioned, ground-supported, stiffened slab foundation systems are constructed at this site. Lightly loaded ground supported foundation systems placed on site subgrades will be subject to movement as a result of moisture-induced volume changes in the active soils. The more clayey soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. The potential magnitude of the moisture-induced movements is rather indeterminate. It is influenced by the soil properties, overburden pressures, thickness of clay strata and to a great extent by soil moisture levels at the time of construction. Based on the soils encountered in the borings, we estimate the potential magnitude of post-construction heave for slabs-on-grade placed near current grades for soils at dry conditions will range from on the order of 2 inches (in areas with shallow rock) to 6 inches. Based on the variable soils encountered in the borings, we estimate the potential magnitude of post-construction heave for slabs-on-grade placed near finished grades for soils at dry conditions are on the order of 4'/2 inches, or less, in Block 1— Lots 1 through 15, Block 2— Lots 7 through 11, Block 4— Lots 1 through 40, Block 6— Lots 1 through 10, Block 7— Lots 1 through 3 and 12 through 22, Block 8— Lots 1 through 27, Block 9— Lots 1 through 28, Block 10 — Lots 1 through 22, Block 11 — Lots 1 through 9, Block 13 — Lots 1 through 10, Block 14 — Lots 1 through 41, Block 16 — Lots 1 through 4, Block 19 — Lots 1 through 5& Block 20 — Lots 1 through 11 and 20 through 38. ��-�-� 7 D R226736 F Estimated movements of about 4'/2 inches, or less, can be obtained by moisture-conditioning soils by excavation and replacement in Block 1— Lots 16 through 19, Block 2— Lots 1 through 6 and 12, Block 3— Lots 1 through 5, Block 5— Lots 1 through 49, Block 7— Lots 4 through 11, Block 12 — Lots 1 through 4, Block 14 — Lots 42 through 50, Block 15 — Lots 1 through 17, Block 16 — Lots 5 through 10, Block 17 — Lots 1 through 12, Block 18 — Lots 1 through 22, Block 20 — Lots 12 through 19 & Block 21 — Lots 1 through 22 to depths of 6 feet below finished pad grades. The residential structure pads should be excavated a minimum depth of 6 feet below finished pad grades and scarified to a minimum of 6 inches below the excavated soils. The removed soils can then be placed in loose lifts not exceeding 12 inches and uniformly compacted to a minimum of 94 percent of ASTM D 698 and a minimum of +4 (moisture conditioned) percent above optimum moisture. The residential structure pads should be covered with poly sheeting below a minimum of 6 inches and a maximum of 12 inches of properly compacted cover soils as soon as possible (or within 2 weeks) moisture-conditioning process to prevent drying of the processed subgrade. The poly should extend to the building pad edges and the elevated moisture conditions in the excavated/replaced soils should be maintained during the earthwork process. PVR calculations are estimates based on assumptions that the area around the structures will be well drained (Properly Graded), landscape beds are not over-watered, and utility leaks are promptly repaired. Long term utility leaks can result in actual soil subgrade swelling in excess of the estimates discussed above. It is common to experience some distress to structures with slab-on-grade foundation systems due to ground movements. This can include cracks in brick walls, cracks in ground supported slabs, adjustment to doors and windows that can stick, and interior cracks in sheetrock walls. Cracks in exterior brick walls can be less noticeable with the use of closely spaced vertical joints. Potential vertical rise calculation for design of ground-supported, stiffened slab foundation systems are presented below. 7.1.1 Post-Tensioned Foundation Svstems Post-tensioned or conventionally reinforced, ground-supported stiffened slab foundation systems must be designed to resist and/or tolerate potential vertical movements due to volume changes in the site soils without inducing unacceptable distress in the foundation or structural elements. These movements will typically occur as differential movement between the periphery and interior of the slab-on-grade system. PVR calculations are estimates based on assumptions that the area around the structures will be well drained (Properly Graded), landscape beds are not over-watered, and utility leaks are promptly repaired. Long term utility leaks can result in soil movements in excess of those estimated above. The following parameters assume that the subgrade beneath the slab should meet the requirements discussed in the Earthwork/Site Gradina. section of this report. �. � p � 8 DR226736F � ' ' ' Adjacent flatw . . '. ork such as sidewalks and pavements should be designed in such a way as to allow for differential movements between flatwork and the exterior perimeter of the structure foundations. Design �d� �rw°��ters were developed for differential swell (ym) using the Post-T�:� ��iu� �I� +� Institute's (PTI) slabs-on-ground (Third Edition) design method and the VOLFLO 1.5 computer program. The PTI design criteria based upon worst case dry condition soils and moisture conditioned soils are �� �:��� �`ie�.i in Tables 2 and 3 below. TABLE 2- PTI DESIGN CRITERIA Block 1- Lots 1 through 15, Block 2- Lots 7 through 11, Block 4- Lots 1 through 40, Block 6- Lots 1 through 10, Block 7- Lots 1 through 3 and 12 through 22, Block 8- Lots 1 through 27, Block 9- Lots 1 through 28, Block 10 - Lots 1 through 22, Block 11 - Lots 1 through 9, Block 13 - Lots 1 through 10, Block 14 - Lots 1 through 41, Block 16 - Lots 1 through 4, Block 19 - Lots 1 through 5& Block 20 - Lots 1 through 11 and 20 through 38 � Based on Dry Condition Soils (PTI 3rd Ed.) Borings 1 through 9, 12 through 14, 17 through 28, 31 Center Lift Edge Lift through 44, 59, 68 through 79, 87 through 89, 94, 96, 97 & 102 through 105 Edge Moisture Variation (em) � Differential Swell (Ym) � Potential Vertical Rise (PVR) 7.6 ft 1.7 in 4.0 ft 2.3 in. � ---. . � __.__._._ About 4'/2 inches, or less TABLE 3- PTI DESIGN CRITERIA Block 1- Lots 16 through 19, Block 2- Lots 1 through 6 and 12, Block 3- Lots 1 through 5, Block 5- Lots 1 through 49, Block 7- Lots 4 through 11, Block 12 - Lots 1 through 4, Block 14 - Lots 42 through 50, Block 15 - Lots 1 through 17, Block 16 - Lots 5 through 10, Block 17 - Lots 1 through 12, Block 18 - Lots 1 through 22, Block 20 - Lots 12 through 19 & Block 21 - Lots 1 through 22 Based on 6' of Moisture-Conditioned Soils below FPE with Poly/Cover Soil (PTI 3rd Ed.) Borings 10, 11, 15, 16, 29, 30, 45 through 58, 60 through 67, 80 through 86, 90 through 93, 95 8� 98 through 101 - ' Edge Moisture Variation (em) ' Differential Swell (Ym) , Potential Vertical Rise (PVR) Center Lift � Edge Lift 7.6 ft. 4.0 ft _-- -- - - 1.6 in. 2.2 in. � About 4'/z inches, or less = _. .._..,„„,„ , ' r i'�„ 1 a �//� g DK�1�i��br The grade beams of the slab-on-grade foundation system should exert a maximum bearing pressure of 1,500 PSF on in-situ soils or properly compacted fill, 1,200 PSF on moisture conditioned soils or 2,000 PSF for grade beams founded in/on fractured limestone. These beams should extend a minimum of 12 inches below finished grade. A properly engineered and constructed vapor retarder should be provided beneath slab areas, which will be covered, carpeted, or sealed. 7.2 Utitities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on-site soils, rather than granular materials. A positive cut-off at the building line is recommended to help prevent water from migrating in the utility trench backfill. 7.3 Earthwork/Site Gradinq The on-site soils may be used as leveling fill for grading. Imported select fill shoufd have a Liquid Limit of less than 36 percent and PI's of 4 to � 5. The subgrade in areas to be filled and/or under residence structures, slopes and pavements should be stripped of vegetation and any debris present. The soil subgrade beneath fills should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 percent of ASTM D 698 at a minimum of +3 percent above the soil's optimum moisture determined by that test. The native fills should then be spread in loose lifts, less than 9 inches thick and uniformly compacted to the same criteria. Imported fill (select fill) may be placed at a minimum of 95 percent of ASTM D 698 at or above the soil optimum moisture. 7.4 Site Drainaae All grades should provide positive drainage away from the structures. Water ponding near or adjacent to the perimeter of the structures can result in soil movements exceeding those discussed in this report. Open ground should ideally be sloped at a minimum of 5 percent grade for at least 10 feet beyond the perimeter of the foundations. Flatwork will be subject to post-construction movement. Maximum grades practical should be used for flatwork to prevent areas where water can pond. ln addition, allowances in final grades should take into consideration post-construction movement of flatwork, particularly if such movement would be critical. Where paving or flatwork abuts the structures, care should be taken that the joint is properly sealed and maintained to prevent the infiltration of surface water. � � , � �p DR226736F Planters located adjacent to the structure should be designed to drain. Sprinkler mains should be located a minimum of five feet away from the building lines. If heads must be located adjacent to the structures, then service lines off the main should be provided. It should be advised that it is important to maintain moist ground conditions during prolonged periods of dry weather. If trees are planted or existing trees remain in proximity to a structure closer than 1 times the mature tree height, root barrier systems placed by a certified arborist should be considered. Roof drains should be extended a minimum of 5 feet away from the structures for grades less than 4 percent. 8.0 LIMITATIONS The professional services performed for the preparation of this geotechnical report were accomplished in accordance with current and locally accepted geotechnical engineering principles and practices. The recommendations presented in this report are based upon the data obtained from the borings at the indicated locations and/or from other information discussed in this report. The subsurface conditions occurring between borings and across the site, or due to seasonal/annual climatic cycles may vary from those encountered in the borings. The nature of these variations may not become evident until during or after construction. Should subsurface conditions varying significantly from those described herein be encountered, EWI should be immediately notified to evaluate the effects on these recommendations and so supplemental recommendations can be provided. The recommendations provided in this report were prepared for the exclusive use of our client. No warranties, expressed or implied, are intended or made. The information and recommendations provided in this report are applicable only for the design of the types of structure(s) described in the Site & Proiect Information section of this report and should not be used for any other structures, locations or for any other purposes. We should not be held responsible for the conclusions, opinions or recommendations made by others based upon the information submitted in this report. If changes to the design and/or location of this project as outlined in this report are planned, the recommendations provided in this report shall not be considered valid unless EWI reviews these changes and either verifies or amends this report in writing. Construction issues such as site safety support of excavations and dewatering procedures are the responsibility of others. The scope of services for this report does not include any environmental or biological assessments either specifically or implied. If the owner is concerned about the potential mold, fungi, bacteria, identification of contaminants or hazardous materials and conditions, etc., additional studies should be undertaken. EWI's capabilities include a full range of construction material testing and observation services. A qualified testing firm should be retained to provide testing and observation during excavation, grading, foundation and construction phases of this project. , , 11 DR226736F We will retain the samples recovered from the borings on this project for a period of 30 days subsequent to the submittal date printed on this report. After the 30-day period, the samples will be discarded unless otherwise notified by the owner in writing. �. �� 12 DR226736F �4— C/1B 95 _ B L� 1 J � �'� / I1 �/�/ � _I� '� I �1J93 /� /� /� /� NOT TO SCALE LEGEND: � Boring Location --•� ApproximateSite Boundary � i �8�37� I --- --- --- -- --- �i- i � -6_5 B-s B-7��B-$ � 1T � � � __ � B-1 � �— B-17 B"16 675 �B1� ��31_ _����__� ��� l B-1�9 ��B-I � B-25 I L�B-26 B-27I _ �J _��B_2� `, 1�f � �BLl1� ' ! �� 1_! �� � � � � __� B_3o ---- g.gq B-33 i B 32 B-31� B 38 I I _ _ _ _� _ . -- � 3_L_L�J_4�1 4�L�L �B-42 i��i� � � ." � �/' y�B-48 � �F /�_._... 3 � B-49 ��B-52 � \-��� , � PLAN OF BORINGS Nance Ranch Ellerbee Walczak, Inc. Avondale-Haslet Road EWI Project No. DR226736F Fort Worth, Texas /� /� ��—I1 �" �_� /�/C—. I IBI1 �l2 I I I_3I �� � �/ � � �� �� T s-�a � � �B-20--B•19 �� �� - � � - _r����6�22 � B-2: Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER pR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous FliqhtAuqer NOTES MATERIAL DESCRIPTION % Brown clay - �Tan silty clay %/ l/ Tan limestone 5 - with clay layers BORING NUMBER B- 1 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- �' AT�ERBERG �' a � � w o _IMIT:- w � O L.L �- C � � v } I--. W ��a-...ac`�i ZU HW �� U� V�G 0� J yin(n ��� � o- fn� �— F-- W U� a 3� c i.o-a � OZ �� Q� �p�1 cn c�Qn m° �~a �� o �O JJ a� JZ Z zi=a�C�� a "- ST P = 4.5+ ST P= 4.5+ 15 39 18 21 SS N = 50/6.0" AU THD T = 1.75"(100 � N W V 0 � � � � z � � a t� LL � (`J r - N K � N � � o - U x m x U � 0 W c� Gray limestone 20 Bottom of hole at 20 feet. AU THD T = 0.5"/100 AU I THD T = 0.75"/100 FIGURE 2 U _ a w� �� � � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DRz2�7�$F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U ~^ a� Q� �O � 0 ��jf Brown clay MATERIAL DESCRIPTION Tan limestone - with clay layers Tan limestone BORING NUMBER B- 2 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT-ERBERG � a m w o _IMIT:' W I-}- o li �+- � �� � H � z a No� ��a�`� � fl- �� �H �H Uw U�' Qo� c��-a } OZ (�� �� �—� cA � °'_=�a=c°� o �� JJ aJ gZ Z z�a�c�� a � ST P= 3.5 24 70 24 46 THD T = 11.0"/80 AU THD T = 0.5"/100 AU THD T = 1.25"/100 Gray limestone 20 Bottom of hole at 20 feet. ! AU THD T = 0.75"/100 AU THD T = 0.75"/100 FIGURE 3 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auqer NOTES = U 2 W � � � � � 0 �� Brown clay MATERIAL DESCRIPTION Tan limestone - with clay layers Tan limestone BORING NUMBER B- 3 � PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT-ERBERG � } m �; . w � _IMITS w H o� �- c � � H r Z J No� Nin N � n' � W �~ �' ~ V W �o � o� c i�-�- } OZ �� Q� �� (A � m�~a ��U' o �� JJ a� �Z Z z�a�c�� a � ST P= 2.25 30 68 22 46 97 SS N = 50/4.5" , THD T = 1.0"/100 AU THD T = 1.0"/100 � N W a �- 0 � � � � z � a c� LL N M f� - � � 0 � - Z � � o - U 2 x U W � 0 w �, 20 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU THD T = 0.5"/100 FIGURE 4 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 COMPLETED 1I20/25 DRILLING METHOD Continuous Fliqht Auqer NOTES = U ~^ a� a� p W �'' Q� J 0 � 0 %//� Brown clay MATERIAL DESCRIPTION Tan limestone BORING NUMBER B- 4 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N!A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT EP1D OF DRILLING DN AFTER DRILLING --- �' AT�ERBERG � } m . . � � o _IMI''� H I- o ii �'- c � � F- � Z � ��s� �� Z a u~iW �F- F.� c�X �o � o��?n.d ry Oz C='J� �� c~i�z wv � m ��a �� Q �� J � �- Z ZF-d�C'1� � I.� ST P = 2.5 ST P= 1.75 28 69 23 46 THD T = 1.25"/100 AU THD T = 1.0"/100 � ; � � � 0 � � � � z � a � LL � M r - N K � � Z � � J 0 - U x m x v W 0 w c7 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU THD T = 0.75"/100 FIGURE 5 20 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U a � a c9 wv �� o � � �� Brown clay MATERIAL DESCRIPTION Tan limestone - with clay seams BORING NUMBER B- 5 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 � AT-ERBERG � a m W o _IMIT: W H OLL LL � � �� i' ~ a No� a N a� ���� �~ �~ Uw �� g a����-a } oz �� Q� �o cn Q m C F a Y❑ � � O J J J J Q Z W (/) .. 3 C1 ❑ C� a J Z z�a�c�� a � ST P= 2.25 26 g7 ST P = 4.5+ , THD T = 7.0"/100 ! AU THD T = 1.0"/100 AU THD T = 0.75"/100 Gray limestone 20 Bottom of hole at 20 feet. AU THD T = 0.5"l100 FIGURE 6 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226'�36F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliaht Auaer NOTES U H .� a C9 w� �� � � 0 %/� Brown clay MATERIAL DESCRIPTION Tan limestone - with clay layers BORING NUMBER B- 6 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT�ERBERG � a o � W o _IMITS w H o ii �- c �-- j Z V � Z � ��sc�� Zn �w �� H�' UX �o a 3t c v Q.a �v pZ �� Q� �� u)v � m ��a ��p�' Q �O J� �� QZ Z i z'rartc�� � �'- ST P= 1.75 30 74 26 48 SS N = 50/5.0" 1 THD T = 1.25"/100 AU � THD T = 1.75"/100 � N � V H 0 � N � r z � 'a � w � M r N � ❑ N Z � � J � U z m x U � 0 w � Gray limestone Bottom of hole at 20 feet. AU THD T = D.5"/100 AU THD T = 0.75"l100 FIGURE 7 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR�26736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U 2 Q$ � J MATERIAL DESCRIPTION � 0 �� Brown clay _ % Tan limestone 5 10 15 20 Gray limestone Bottom of hole at 20 feet. BORING NUMBER B- 7 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 � AT"-ERBERG �-- } m . w a _IMIT� w I- oii LL � �� �� � Z a No� a N a � Q�� �~ �~ Uw �� g o�c��-a r Oz �+� Q� �j� cn � m�~a �a o �� JJ aJ gZ Z zl-a�C1� a � ST P = 1.5 24 THD T = 2.0"/100 AU THD T = 1.75"/100 AU THD T = 1.5"l100 AU THD T = 0.75"/100 AU THD T = D.5"/100 FIGURE 8 Ellerbee-Walczak, fnc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PRO,lECT NUMBER DR22C�736F DATE STARTED 1/20/25 COMPLETED 1I20/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U a� � p MATERIAL DESCRIPTION 0 � 0 Tan limestone - with clay layers 5 10 � Tan limestone BORING NUMBER B- 8 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PRO.lECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DN AFTER DRILLING --- �' AT"ERBERG �- � a � W o _IMIT� w f-}- O �- LL� H j F' F Z J �� c� y � z Q �w �� �� Ux �� a 3t � � na }v pZ �� �� �� t4v � o � o� Y � J Z W � m��d 3'p�' � �O J d `�— Z zra�c�� a � I SS N = 50/5J5" AU � THD T = 2.0"/100 SS N = 50/5.5" N AU � � - - o THD T = 1.5"/100 c�ii 15 � � z c� a � w m M N Gray limestone � 0 N � AU � J � - - = THD T = 0.75"i100 m = zo � Bottom of hole at 20 feet. 0 W � FIGURE 9 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U _ Q� � O MATERIAL DESCRIPTION � 0 \ Brown clay _ _\ -withlimestoneseams - -\ \ Tan limestone - with clay layers 5 Tan limestone 10 Gray limestone 15 20 Bottom of hole at 20 feet. BORING NUMBER B- 9 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT "ERBERG F-- a m � w o _IMITS w F- O LL LL� F• �� } Z � No� y� N � Q' �� �~ ~~ V �11 Oo � oL��.�-� } �Z �� �� �j� lA �¢ m=�a �� o �o JJ a� g? Z zFa�c7� d � ST P= 2.0 13 49 20 29 THD T = 12.0"/81 SS N = 50/0.5" AU THD T = 0.25"/100 AU � THD T = 1.25"/100 AU THD T = 1.75"/100 FIGURE 70 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR�Z�736F DATE STARTED 1/22/25 Brown clay DRILLING METHOD Continuous Fliaht Auaer NOTES U a � a c9 W� �O 0 � 0 - -\ \ _ \ 10 � \ - -\ \ _ \ � - -\ - -\ 15 \ \ � - -\ - -\ \ _ \ � 20 COMPLETED 1/22/25 MATERIAL DESCRIPTION Tan clay - with limestone fragments Tan clay - with limestone seams Tan limestone Bottom of hole at 20 feet. BORING NUMBER B-10 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT�ERBERG F- d m W o _IMIT:: W H o ii �'- � � �� � Z a yo� a�i�ui `m � Q- �� ��— ~~ Uw O� � -m° ��a �� o �o �� �� g? Z z���c�� a � ST P = 3.75 ST P=4.0 15 35 18 17 SS N=38 � SS N= 30 13 37 18 19 � SS N = 62 SS N= 27 24 55 20 35 AU � THD T = 1.25"/100 FIGURE 11 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D,R. Horton PROJEGT NUMBER DR22C�736F DATE STARTED 1/22/25 COMPLETED 1122125 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Brown clay Tan clay - with limestone seams BORfNG NUMBER B-11 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry Ai END OF DRILLfNG Dry AFTER DRILLING --- �' AT�ERBERG � a � � w o _IMIT� �Zi.t m . H o ii �'- c �- � F- F Z � ����yc�i ZQ �� C]� �� UX �� � �— � o � o�Ya ry �O �� �� �z wv � m_=�a 3� o v � a �— z zFa�c�� a u- 1 ST P= 2.5 33 72 25 47 ST P = 3.75 ST P = 4.5+ ST P= 4.5+ 20 42 16 26 ST P = 4.5+ � N � � � 0 c� � � � z � a � LL m M r m N N � � N Z � � J � U x m x U w � 0 W � Tan limestone Bottom of hole at 20 feet. ST Qu = 2.5 103 22 AU THD T = 0.75"1100 FIGURE 12 U H� �C9 Wv �O o � n Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1I22f25 COMPLETED 1l22l25 DRILLING METHOD Continuous Fliqht Auaer NOTES U ~^ a� a� p WQ" �J � 0 %/%� Brown clay 10 \ \ _ \ � - -\ - -\ � \ N \W a \0 � 15 \ _ _ \ Z -\ � \ 'a c� \ LL M � �\ N \N � - _\ � � \ z � J � o - U _ � ZO � 0 � � MATERIAL DESCRIPTION Tan silty clay - with limestone seams Tan clay Tan limestone Bottom of hole at 20 feet. BORING NUMBER B-12 PAGE 1 OF 1 PROJECT NAME Final � Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING DrY AT END OF DRILL{NG Dry AFTER DRILLING --- �' ATERBERG � � o � � o _IMIT� w I}- o� LL c I- � I-' I-�- Z J �p� �, y c�i Z Q �j��,J �H �f— (� W�o d N a�i �n c�i Q.a =v ~ _� � f-Q (n � Or c �._ } OZ C1 J JJ NZ W Q m��aYo � �O � a J— Z � � z�a�c�� � a � ST P = 3.0 ST P= 3.75 14 26 12 14 SS N = 47 SS N=33 S7 P= 4.5+ 21 58 20 38 ST P = 4.5+ AU �I THD T = 1.0"/100 FIGURE 13 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1121/25 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B-13 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT-ERBERG Z � m � w o _IMIT� w H � o ii LL� �- � I- � z J ��(� � y V Z�- fn W �~ ��- V x �� a '�mN��.a �" F' �g cng �o �� 3=��.-.. } oz c�— a— g �n � O � o a�Y� OC �O �--� �� Z W � m�Fa �� o V a - z zr-�a�c7� a � ST P= 3.0 22 59 20 39 Tan sifty clay ST P = 3.25 ST P= 4.0 10 38 15 23 Tan limestone THD T = 3.25"/100 AU THD T = 2.75"/100 " AU THD T = 1.5"/100 Gray limestone Bottom of hole at 20 feet. AU I THD T = 1.0"1100 FIGURE 14 U ~� a� Q� �O � Q Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephon e: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B-14 + PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 ^, AT-ERBERG F- a m W o _IMIT� w � O LL LL� � � F- } I� a inO��Na`� �Q- �W �H ��- UW �Uo � o.cc�fl-a } OZ CJ� �� ~Q fA � m��a �� o �� J� aJ gZ ? z�a�c�� a � ST P = 2.75 Tan clay ST P= 3.0 18 46 17 29 ST P= 4.0 21 49 19 30 Tan limestone THD T = 4.75"/100 AU THD T = 3.0"/100 AU THD T = 1.25"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 FIGURE 15 U 2 W$ Q� Q � J 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Te l e p h o n e: 817-7 59-999 9 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Dark brown clay Brown clay Tan limestone - with clay seams BORING NUMBER B-15 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- �' AT"ERBERG � � m . � W o _IMIT� w H o ii LL c F, � F- �- Z w ��cn" �" Z � c~nZ � H— ~X p� � o���Q.a �� pZ �g c�� �wp �'_. � °°5�—d =a o �� JJ aJ �Z Z z�a�c�� o- � ST P = 4.5+ ST P= 4.5+ 31 72 28 44 1 THD T = 7.75"/100 AU THD T = 1.125"/100 AU THD T = 1.0"/100 Gray limestone 20 Bottom of hole at 20 feet. AU � THD T = 0.375"/100 FIGURE 16 U a� a� Q" �O C� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER QR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U a � a C9 Q�. �O � 0 MATERIAL DESCRIPTION Dark brown clay Tan limestone - with clay seams BORING NUMBER B-16 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT' "ERBERG � a m W o _IMITF w I}- o ii �- � � � h � Z J yO� C y U Z Q (� W �� �� V X O� � oL�`a� }� oZ �� g� �o �� can `°��°-3°� o �� JJ aJ gZ Z z�a�c�� a � ST P= 4.5+ 28 62 25 37 ST P = 4.5+ , THD T = 2.5"/100 AU THD T = 2.125"/100 AU THD T = 0.75"/100 Gray limestone - with shale seams 20 Bottom of hole at 20 feet. AU THD T = 0.625"/100 FIGURE 17 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auaer NOTES = U F- .�. a C� W� �� � � 0 '///// Brown clay MATERIAL DESCRIPTION Tan limestone - with clay seams BORING NUMBER B-17 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT'ERBERG � ow- m � W o _IMIT� w H oii �� H� �Z U H Z 0 J yin��N� j0- InLL �H �F= UW �Uo g o.°1c � � fl-n- } Oz (='1� �� �p� � � `°`�a;a o �� JJ gJ gZ z z�a�C1� a � ST P = 4.5+ 7 AU THD T = 4.25"/100 AU THD T = 1.5"/100 AU THD T = 1.125"/100 Gray limestone AU THD T = 0.625"/100 Bottom of hole at 20 feet. FIGURE 18 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U ~^ a� w� �� 0 � 0 %/// Brown clay MATERIAL DESCRIPTION Tan limestone - with clay seams BORING NUMBER B-18 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- �' AT-ERBERG � } � � � � o _IMITS w H o� � c � � h- F}.. Z w $�a«.N� Zc�.� HW Q� V� UX �� a y a ti ��a � a cn� �� �� �o N� �2 O'C C t""_ � �Z U J QJ �Z W � m�� a �� Q � � J a Q- Z z�arrc�rt a � ST P = 4.5+ ST P= 4.5+ 18 49 19 30 96 AU THD T = 2.125"/100 AU THD T = 1.875"/100 � N � 7 r 0 � u� � r z c� a � LL M n - � N N � � � Z � � J � � U x m x U W 0 w � 20 Gray limestone - with shale seams Bottom of hole at 20 feet. AU THD T = 1.0"/100 AU THD T = 0.75"/100 FIGURE 19 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR2267�6F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auaer NOTES = U a � a c7 �v �O c� 0 %// Brown clay MATERIAL DESCRIPTION Tan limestone - with clay seams BORING NUMBER B-19 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT-ERBERG � } m . . � w o _IMITS w H oii s� H� �Z U H Z w ��o-..N` ZU H � X O� in U� Q- cn F- _ a y a�iina> >� ��F- N UW U�. � o�cL.e-n- } OZ �� g� �o cn � `° ��a �c°� o �� JJ a� gZ Z z�a�cJ� a � ST P = 4.5+ ST P= 4.5+ 15 42 18 24 THD T = 2.75"/100 AU THD T = 2.625"/100 Gray limestone - with shale seams AU THD T = 1.125"/100 AU THD T = 0.5"/100 Bottom of hole at 20 feet. FIGURE 20 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Ftiqht Auqer MOTES U a� ao Wv �J � � 0 % Brown clay _ � MATERIAL DESCRIPTION Tan limestone BORING NUMBER B- 20 � PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 � AT"ERBERG Z a m � w o _IMITS � � o ii �- c � j� V � Z J ��a�s� zQ �W o� �� �x o0 n" 3t � � o_a �v pZ �� Q� �o cnv � O J J J g Z Z � m ��a �'p�' �p �O J a z~a�ci� d u. ST P = 4.5+ ST P=4.5+ 16 THD T = 2.125"l100 AU THD T = 1.0"/100 N � V r 0 � � � Z � a � � m M r � N N � Q � 2 � � J � �.i x m x U � 0 W r� Gray limestone Bottom of hole at 20 feet. I AU I THD T = 1.0'Y100 AU THD T = 0.625"/100 FIGURE 21 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U H� a� W� �� 0 � u MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B- 21 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT'ERBERG �- a m � W o _IMIT� w I-�- o ii LL c H ��- } Z J N O� N N� �� � w �~ ~~ U W O� � otc��-a � Oz �� Q� �� cn � m �~a �C'1 0 �O JJ aJ �Z Z z�a�c�� a � ST P= 3.0 32 66 26 40 SS N = 50/2.5" AU THD T = 3.75"/100 AU THD T = 4.25"/100 Gray limestone AU THD T = 0.75"/100 AU THD T = 1.0"/100 Bottom of hole at 20 feet. FIGURE 22 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U a � a c9 Q.� �O � 0 %//� Brown clay MATERIAL DESCRIPTION Tan limestone - with clay seams BORING NUMBER B- 22 � PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT`"ERBERG � d m W o _IMIT�'. W f}- o�i �- c � � H } Z a 3 � N °i Qa � � � w � � � � H W O � � m C~ a 7 CJ � � O � J a J � Z W g- Z z�a�c�� a � ST P = 3.75 ST P= 3.0 30 66 25 41 , THD T = 3.5"/100 AU THD T = 2.0"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 1.0"/100 AU THD T = 0.75"/100 FIGURE 23 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PRO.lECT IdUMBER DR2��736F DATE STARTED 1/21/25 COMPLETED 1121/25 DRILLING METHOD Continuous Fliaht Auqer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B- 23 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- '� AT"'ERBERG �' a � � W o _fMIT� w m H oti � _ � �!- � Z � ��s� �� Z n c~i�W �� i=�' UX �U� � o.c c � n� }v pZ �� �� �0 tA � m��a 3� Q �.O JJ aJ �Z Z z���c�� v a � ST P = 3.0 32 SS N = 50/2.75" AU THD T = 2.0"1100 AU 1 THD T = 1.75"/100 � � N m � 0 � � � r a � a � LL � M r � N N � � N Z � � J Q V x m s U h O w � Gray limestone Bottom of hole at 20 feet. AU I � THD T = 1.0"/100 AU THQ T = 1.0"/100 FIGURE 24 U a� a� W" �O � � � Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMSER DR226736F DATE STARTED 1/21125 COMPLETED 1i21l25 DRILLING METHOD Continuous Fliqht Auaer NOTES U 2 Q � � p MATERIAL DESCRIPTION C� 0 \ Brown clay _ \ - with limestone fragments - -\ \ - � Tan limestone - with clay layers BORING NUMBER B- 24 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATIOId Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION NiA GROUND WATER LEVELS: AT TIME OF DRILLWG Dry AT END OF DRILLING Dry AFTER DRILLING --- �' AT--ERBERG � � o t� w o _IMlTS w r m �; ' � �- H � � LL LL � �- � � � Z LLJ ��s..yc�� Zc�i Hw �� Ur UIX �o d 3aNiwc°�in� _� pZ �� �� �0 cn � ��O�Y� � �Q JJ J Z W � °� �~d 3C1 � V a � Z zHd�c�� a � ST P = 2.25 SS N= 50/3.25" 10 48 18 30 AU THD T = 4.75"/100 � AU THD T = 2.0"/100 � ' � � _ � � 15 � � z � a � u � M ^ - _ iD N N � 0 � - � Z � � o - - � _ = 20 U � 0 w � Gray limestone Bottom of hole at 20 feet. AU 1 THD T = 1.25"/100 AU � THD T = 0.75"i100 FIGURE 25 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliaht Auaer NOTES U F" ^ a c� Q� �O � 0 %/� Brown clay MATERIAL DESCRIPTION Tan limestone - with clay seams BORING NUMBER B- 25 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- w a`� AT"ERBERG � .-. a m I1I o _IMITS W I}- a ii u- c � � H } Z � yo�NNN �Q' f�W �~ ~�- UL.L� �o 3L�ofl.a } oz �� g� �o cn � m cFaYo � �p JJ � z w cQi> > c� o c� a a � z�a�C�� ST P= 2.5 30 66 24 42 ST P = 2.75 , THD T = 3.25"/100 AU THD T = 2.25"/100 Gray limestone AU THD T = 1.25"/100 AU THD T = 1.0"/100 Bottom of hole at 20 feet. FIGURE 26 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR2267�6F DATE STARTED 1/21/25 COMPLETED 1/27/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U a� a0 W �"' �J 0 � 0 MATE121AL DESCRIPTfON Brown clay - with limestone fragments Tan limestone - with clay seams BORING NUMBER B- 26 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- N � AT�ERBERG � a ° � W o _IMITS w F o ii "- c � � F- � z J cK' � 6= � U Z Q � w ��• �� (i X O� a 3L � � Q.a }'" pZ �� c�� �wp cn Q m� oa�,1,0 � �O J-i gJ �Z W � v a z N zr=��c�� � a � ST P=2.5 28 ST P = 2.75 THD T = 6.25"/100 AU THD T = 1.5"1100 � � N � 'a - - � 15 � � z � a c� LL � M r _ ' � N N � � � _ _ Z � � J � — U x m x 20 U � 0 W � Gray lirnestone Bottom of hole at 20 feet. � AU , THD T = 1.0"/100 AU THD T = 0.75"/100 FIGURE 27 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B- 27 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT"ERBERG � d m W o IMITS W f}- o ii LL� � � H �- Z a No� � sa � Q- �� �� �F Uw �o � � � o a Ya } Oz Cl� ¢� c�nz w � `° �~a �a o �� J a g— z z�a�cJ� n. �- ST P = 3.5 ST P = 4.0 Tan clay ST P= 3.75 24 50 20 30 Tan limestone - with clay seams THD T = 7.5"/100 AU THD T = 2.5"/100 AU THD T = 1.5"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 1.25"/100 FIGURE 28 U a � a c7 Q� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan silty clay - with limestone fragments BORING NUMBER B- 28 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT-ERBERG � a m W o _IMIT� W I-' OLL LL � �� �� � Z d �o� a=i Ni a`> j o' cnFW„ �F- H� Uw �' � a� c � fl-a � Oz �� ¢� �j� cn � m C~a 7C1� � �O JJ �J JZ Z z�a�c�� a � ST P = 4.5+ ST P= 4.5+ 12 29 14 15 ST P = 4.5+ Tan limestone THD T = 2.0"/100 AU THD T = 1.0"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU THD T = 1.0"/100 FIGURE 29 U 2 Q� �O C7 � Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliqht Auper NOTES U a� a� Q�. �O U U MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B- 29 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `" AT"ERBERG � 3 a m � W o _IMIT�' w F}- o u_ ii «� � } F- � a� ~� �Z U F- Z a y N� N N N � Q" f/� W �~ H F V:L� O o� � p.°1c c��-a } OZ �� g� �� cn � m�~a ��U' 0 �O J� aJ �Z Z z�a�cl� a � ST P= 4.5+ 9 42 16 26 THD T = 8.0"/100 AU THD T = 3.25"/100 AU THD T = 2.5"/100 Gray limestone 20 Bottom of hole at 20 feet. AU THD T = 1.0"/100 AU THD T = a.75"/100 FIGURE 30 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1l22/25 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Brown clay Tan silty clay - with limestone seams BORING NUMBER 6- 30 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT-ERBERG � } m . • w o _IMIT. W H o ii LL� � � �- } Z a N N`� a� y a ��- �� �~ ��= Uw �� � N N � 0 L C�.Q-a } O Z (� � � N � (n (Q m��a =p� Q �O JJ gJ Z W a g— z z�n:�C�� a � ST P = 2.75 ST P= 3.25 24 65 22 43 , SS N=51 SS N = 60 SS N = 25 , SS N=21 Tan limestone Bottom of hole at 20 feet. AU THD T = 1.75"/100 FIGURE 31 U ~^ a� Q� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR2267�6F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Flipht Auqer NOTES = U a� aC7 Q� �O � 0 MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone BORING NUMBER B- 31 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT'"ERBERG E- } m . . � w o _IMITE w H o ii �- c H. �� } Z o �m � Z V H a 3� N c°�i nd �� NH �� �� �� O� �¢ m��a =� o �o —��' _, g� gz w a z z�a�c�� a � � ST P=4.5+ THD T = 2.25"/100 r AU THD T = 1.25"/100 AU THD T = 1.0"1100 Gray limestone AU THD T = 0.75"/100 AU THD T = 0.75"/100 Bottom of hole at 20 feet. FIGURE 32 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Ha{tom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Flipht Auqer NOTES U �� a� �v �O c� 0 MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B- 32 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION N/A CoROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- � � AT—ERBERG Z a � � W o _IMIT� w % m ' LL .., � ? v � ~ J ����,�� ZQ �L�t! �H �I- L}�X �� d ya�i��n� =v ~ �� �� ~0 (� a -m° � °aYo � �O �� gJ QZ z cn ~ � c� o v a a � z�a�c�� ST P= 4.5+ 12 50 22 28 THD T = 9.5"l100 AU THD T = 1.0"/100 I AU I THD T = 0.75'Y100 N � � 0 c� u� � r z c� � - a c9 LL � c1 n � � N N � � N Z � � J � — U x m x U � 0 W � 20 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU THD T = 0.5"/100 FIGURE 33 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: $17-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U � � a p MATERIAL DESCRIPTION W " � ,,� o � 0 Tan clay - with limestone fragments J-,— Tan limestone 5 � � J 10 Gray limestone � N � a - r 0 u�i 15 � � z � a c7 LL (D M r - r� N N K 0 N - - z � � J � - U x m = 20 � Bottom of hole at 20 feet. 0 W � BORING NUMBER B- 33 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- . � �' ATTERBERG �' a p � W o IMITS w H oLL `L � F_r. �Z V � Z o � ��� c's� Z n �W �~ 1-� V W �U�.�. d `� a`�iin c�i ad =v ~_� N� ~� (n � o�o�,Y.. r Oz �� g� Nz w �Q �p cFa �p� 0 �O ,J d J- z z�a�c�� a � ST P = 2.0 31 THD T = 1.0"l100 AU THD T = 0.75"/100 AU THD T = 0.75"/100 AU THD T = D.5"/100 AU THD T = 0.75"/100 FIGURE 34 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliaht Auaer NOTES U a� ac7 Q� �O C9 0 %//� Brown clay MATERIAL DESCRIPTION Tan limestone - with clay seams BORING NUMBER B- 34 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT-ERBERG ~ a m w o _IMIT� w H oii � c � �H } Z � Q� � Z U � � N y � N N � � � � w � ~ ~ ~ U W O � � oL c� fl-� } Oz �� Q� �j� cn � m��a �� o �O J-� a� �� z z�a�c�� a u- ST P = 4.0 25 THD T = 4.0"/100 AU THD T = 1.75"/100 AU THD T = 0.5"/100 20 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU THD T = 0.75"/100 FIGURE 35 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliaht Auqer NOTES U 2 Q$ � O MATERIAL DESCRIPTION � � 5 10 ' - - i 15 � _ I _ J 20 . Brown clay Tan limestone - with clay seams Gray limestone Bottom of hole at 20 feet. BORING NUMBER B- 35 + PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT"-ERBERG � a m W o _IMIT� w � o �i LL� � � H- } Z a No� N N a% ��' �H �= ~~ ULLJ �o � o.c c � fl-a �. O Z (�J � g� � � ln � m�~ a 7� 0 � O J J � J � Z Z zHa�C�� a � � ST P= 4.5+ 28 61 23 38 1 THD T = 5.5"/100 AU THD T = 1.5"/100 AU THD T = 1.25"/100 AU THD T = 0.75"/100 AU THD T = 0.75"/100 FIGURE 36 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/21/25 COMPLETED 1/21/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U a$ a� Q ... � O C� � �� Brown clay MATERIAL DESCRIPTION Tan limestone - with clay seams BORING NUMBER B- 36 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT�-ERBERG F- a m w o _IMIT� w F}- o ti � � � � F- >- � � w ���..a� ��w o� v� ~X o� � oL � � na } � pZ �� Q� �p �v � m�~a 3d � �O JJ dJ -�Z Z z�a�c�� a � ST P= 4.5+ 30 57 22 35 THD T = 7.0"/100 AU THD T = 1.5"/100 AU THD T = 0.75"/100 20 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU THD T = 1.0"/100 FIGURE 37 E{lerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR22673f�F DATE STARTED 1/21/25 COMPLETED 1121125 DRILLI{dG METHOD Continuous Flipht Auper NOTES U a� a p MATERIAL DESCRIPTION w '-' � � 0 � 0 . 5 - _ J _ � 10 - N � �{ � .... F- a � 15 � � z � a � LL � h - ' � N N � Q N _ _ Z � � J � � � U s m s 20 U � 0 w � Brown clay Tan limestone Gray limestone Bottom of hole at 20 feet. BORING NUMBER B- 37 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION NIA GROUND WAi'ER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- N AT`ERBERG � a � � � v _IMIT� w � o ii � c f- �� U � z � ��� c�� Z a �jl1J �F F-N UW �Uo � os � � Qd �v OZ �� Q� �Z W � m�I�-n�. ��p�' o �O ,� a �— Z z�aaC3� a � ST P= 1.0 22 90 THD T = 3.75"/100 AU THD T = 1.0"/100 AU THD T = 0.75"/100 AU ' THD T = 1.0"/100 AU THD T = 0.75"/100 FIGURE 38 Ellerbee-Walczak, inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U ~^ a� w� �� � � � MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone BORING NUMBER B- 38 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT-ERBERG � a m W o _IMIT;' w F" O LL �- � �� � F- � Z a N�ya �a �a N� �~ �~ Uw � = g o.c � i Q-a } Oz �J� g� �j� cA � m`~a �� o �� �'J a� gZ z z�a�c�� a � ST P = 4.5+ ST P= 4.5+ 29 73 27 46 THD T = 4.5"/100 AU THD T = 1.5"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 1.0"/100 AU THD T = 0.75"/100 FIGURE 39 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U a� ac9 Q�. �O C7 0 MATERIAL DESCRIPTION Tan & brown clay Tan limestone BORING NUMBER B- 39 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth�TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- �' AT"'ERBERG � a m W o _IMIT� w H o ii �- c � � H } Z a 3��c�ina =� �H �� lj� �W O� � m C~a �C�i � �OU �J aJ -�Z Z Q— z�a�c�� a � ST P= 3.75 27 63 25 38 ST P = 4.25 , THD T = 3.5"/100 AU THD T = 1.25"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU THD T = 1.0"/100 FIGURE 40 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone; 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Tan & brown clay - with limestone fragments Tan limestone - with clay seams BORING NUMBER B- 40 PAGE 1 OF 1 PROJECT NAME Finaf - Nance Ranch PROJECT LOCATION Avondafe-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- � � AT"ERBERG Z W o � _IMIT; w a m . � wo F } �y H �y � ~ ��LL V�i� Z� W H UI- UW �?� � o°��`n�na =� Oz C�_!� ¢� liz w\ uQj �° �iod 3C��'1. � �O � nJ. �- z z�aocc's� a � ST P = 3.0 ST P= 3.75 21 75 25 50 THD T = 5.25"/100 AU THD T = 2.0"/100 � � N W V 0 � � � � Z � a c� � � � � m N N � � � Z � � J � V x m x U � 0 W � Gray limestone Bottom of hole at 20 feet. AU � THD T = 1.25"/100 AU THD T = 1.0"/100 FIGURE 41 U �^ a� w� �� 0 � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U a� ac9 Q.. �O C9 0 MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B- 41 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT�ERBERG �'- a -�° w o _IMITS W I-}- o ii LL c � � �- } F J `C� � c N � Z a ~ W �� U I- UX �� � o� � � Qa }" pZ �� �g �wp �'. � m�~� 7iJy � �O JJ �J ¢Z Z z�a�d� a � ST P=3.5 24 SS N = 50/2.25" AU THD T = 2.25"/100 AU THD T = 2.25"/100 20 Gray limestone Bottom of hole at 20 feet. AU THD T = 2.0"/100 AU THD T = 1.0"/100 FIGURE 42 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Teleph one: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER pR2267$6F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U a � a c7 Q� �O � n MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B- 42 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AI�ERBERG �' a m W o _IMIT� w F}-� o i.i �'- c � �� � Z a 3 � N c°�i aa = � � H � � � � � W O � � 0°`�-a=� o �� �J °-� �Z z zFa�C�� a � ST P= 4.5+ 25 46 17 29 SS N = 50/2.5" I AU THD T = 1.5"/100 AU THD T = 1.0"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 FIGURE 43 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U a� ac7 wV �� o � 0 %/� Brown clay MATERIAL DESCRIPTION BORING NUMBER B- 43 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- y AT`�ERBERG � d m � W o _IMITc w H o ii u- c � � H } Z a y�,�a Na� �°- �� 5~ ~~ vW �� g 3ot c��-� � OZ ('1� Q� <j� tn c¢n `°=�°-�c°� o �� JJ �J gZ Z z�a�d� a � ST P = 4.5+ ST P= 4.5+ 29 66 23 43 Tan limestone - with clay seams THD T = 2.5"/100 AU THD T = 1.625"/100 AU THD T = 0.625"/100 AU THD T = 0.5"/100 Bottom of hole at 20 feet. FIGURE 44 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 Brown clay DRILLING METHOD Continuous Fliqht Auaer NOTES COMPLETED 1/20/25 MATERIAL DESCRIPTION Tan limestone - with clay seams BORING NUMBER B- 44 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT'ERBERG �- nW. m W o _IMIT� W �' O L.L �- C � � H �' Z d N �� a�i a`m � �- �H �H �F- Uw �o Q s � o�Yo � �o —��� g� �z w m_�-a .• c� .. � ci o v a - ? zHa�c�� a LL ST P= 4.5+ 23 61 23 38 AU THD T = 2.25"/100 AU THD T = 1.375"/100 Gray limestone 20 Bottom of hole at 20 feet. AU THD T = 1.125"/100 AU � THD T = 0.625"/100 FIGURE 45 U a � a C9 ov �o � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 45 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT"ERBERG � d m � W o _IMIT$ w H o ii � � H � I- � Z � No�NNN �a �F-- �~ ~~ UW O� � oz �� n� � Oz (�� �� �j� cn c�n m`~a �a o �� JJ aJ gZ Z z�d�c1� a � � ST P = 2.75 ST P= 3.5 22 62 23 39 Tan silty clay - with calcareous particles ST P = 4.5+ ST P = 4.5+ ST P= 4.5+ 15 43 19 24 ST P = 4.5+ Tan limestone Gray limestone Bottom of hole at 20 feet. AU � THD T = 1.75"/100 FIGURE 46 U a � a c7 W `-' � O � � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/24/25 COMPLETED 1/24/25 DRILLING METHOD Continuous Fliaht Auqer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 46 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- y AT-ERBERG �- a -�° W o _IMITF w I- Oii LL � �� �H � Z 0 J y N� � y� Z Q- � W �~ ��- Ux O� � o� � � Qa �'" OZ �� cng �o N_. v�i m`�a �a o �� JJ aJ gZ Z zHa�r1� �- � ST P = 3.0 ST P= 3.0 25 59 22 37 ST P = 3.25 ST P = 4.5+ Tan silty clay - with limestone fragments Tan limestone ST P= 4.5+ 16 47 17 30 AU THD T = 2.75"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.75"/100 FIGURE 47 U n~.� ac� Q,. �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR2267��F DATE STARTED 1/24/25 COMPLETED 1/24/25 DRILLING METHOD Continuous Fliaht Auaer ��5� �� MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 47 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.� Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- '� AT"ERBERG � } m . . � w o _IMIT� w H oii LL � � �H � Z � �� �c N � Z a c~nW �� H� UX �� � o� � � nd �v �Z �� �� �� N� � m�Fa 3� Q �O JJ a-� Jz z z�a�c�� a � ST P = 3.75 ST P = 4.5+ ST P= 4.5+ 21 67 23 44 ST P = 4.5+ Tan silty clay - with limestone fragments Tan limestone - with shale seams ST P = 4.5+ AU THD T = 3.75"/100 Gray limestone Bottom of hole at 20 feet. AU � THD T = 1.0"/100 FIGURE 48 U a� a� Q� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR2��736F DATE STARTED 1i23125 COMPLETED 1i23125 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Dark gray clay - with gravel at 2-6 ft. BORING NUMBER B- 48 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLWG Dry AFTER DRILLING --- w 3 �„ ATTERBERG Z a � � w o 1-1M1T:� w ~ oLL �a=i F=� �Z C� F= p^ � � N� c� � Z Q cAw �~ hf= UW Uo � o� c � na �=„v OZ C1� �� c~i�Z W �oa�YO � � m �Fa =� Q �O � a� �— z z~a�d� a � ' ST P = 1.25 ST P = 2.25 ST P= 4.5+ 24 68 25 43 ST P = 4.5+ � N W V � 0 � � � � z � -, � � � m n w N N � 0 � z � � 0 U x m x U � 0 W �� Tan silty clay - with gravel & limestone seams Gray limestone Bottom of hole at 20 feet. SS N= 24 8 49 18 31 52 SS N=30 AU I THD T = 0.375"/100 FIGURE 49 U �^ a� w� �� ❑ � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Dark gray clay Gray clay � BORING NUMBER B- 49 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- a m`� ATTERBERG Z � W o _�,IMIT:- w H oii LL � � �H � Z � N O N N N� � Q N w �~ ~~ U w O� a � � � — c� � � � o a Ya } Oz �� �� �z w m _ I- a .. � � �� � V J a d � z�adcl� ' ST P= 2.0 25 68 23 45 ST P = 2.5 Tan & gray clay - with gravel Tan & gray clay - with gravel & limestone seams & layers ST P = 4.5+ ST P= 4.5+ 12 50 19 31 AU THD T = 9.75"/86 SS N = 50/4.25" Gray limestone AU THD T = 0.875"/100 Bottom of hole at 20 feet. FIGURE 50 = U a$ ac9 Q,� �O � 0 Ellerbee-Walczak, inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D,R. Horton PROJECT NUMBER pR226736F DATE STARTED 1/24/25 COMPLETED 1124i25 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Brown clay P = 2.5 P = 3.0 P = 4.5+ � N � 'a 0 � � � � Z � 'a c� LL � M r N N N � � � z � � J � U _ U � 0 w � Brown ciay - with limestone fragments Tan limestone - with clay seams Gray limestone - with shale seams Bottom of hole at 20 feet. BORING NUMBER B- 50 PAGE 1 OF 1 PROJECT NAME Fina{ - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- � � � AT"ERBERG Z a o � w o _IMITS w � m . LL" � ?-� � ~ J ��a�Nv Za NW �F• �F- UX �o a ya ��Qa �v ~ �� � �o cn � � o � o a�Y� � �O �� J�Z W � m��a 3� o � a g- z z�a�c�� a � P = 4.5+ T = 1.5"/100 T = 4.5'/100 T = 1.75"/100 � AU I THD T = 1.5"1100 29 67 24 43 15 59 22 37 FIGURE 51 U a� �� o~ �o c� n Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/24/25 COMPLETED 1/24/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U 2 Q � � O MATERIAL DESCRIPTION C� 0 \ Brown clay _ \ - with limestone fragments - -\ \ _ \ � - -\ 5 \ \ _ \ � - -\ - -\ \ _ \ 10 � Tan limestone - with clay layers Gray limestone 15 20 Bottom of hole at 20 feet. BORING NUMBER B- 51 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- '� AT-"ERBERG t- } m . • � w o _IMIT� w f- o ii �� f_- �� Z C� H Z � 3 ° N °�' o_a � a u~j� �� �� �w �� � m �~a �d ❑ �O �J aJ �Z Z z�a�C3� d � ST P = 3.5 23 ST P = 4.0 ST P = 4.5+ ST P = 4.5+ ST P= 4.5+ 13 48 17 31 AU THD T = 1.75"/100 AU THD T = 1.0"/100 FIGURE 52 Ellerbee-Wafczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 GLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/24/25 COMPLETED 1124/25 DRILLING METHOD Continuous Fliaht Auqer NOTES U Q� � p MATERIAL DESCRIPTION c� 0 % Brown clay _ - with limestone fragments 5 - �Tan silty clay � - with limestone fragments 10 � �, Tan limestone BORING NUMBER B- 52 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROIlND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- � �' AT" �ERBERG �' a ° � w o _IMIT� w m • � .., � � � ~ w �� 6� N � Z Q �w �� �� UX �o a N� N°�' a, a �'" I- �� cn �� p rn Q m��aYo � �o �-� g� �z w � a g— z � zr=a�c�� � V a u. � ST P = 3,5 ST P= 4.0 26 68 25 43 ST P = 4.5+ ST P= 4.5+ 22 68 24 44 ST P = 4.5+ N AU � � - o I THD T= 1.5"/100 � 15 � � z c� a c� � m M � N Gray fimestone � 0 � - � AU � J � - x I THD T= 0.75"/100 = 20 � Bottom of hole at 20 feet. 0 W � FIGURE 53 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR22�736F DATE STARTED 1/24/25 COMPLETED 1/24/25 DRILLING METHOD Continuous Fliaht Auqer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 53 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 � ,� AT�-ERBERG E- a -�° w o _IMITE. w H o ii �- c �� � H, } ~ w ��cn� N � z Q NZ p �_ ~x p� � o���.�a }," pZ �� Q� �p �v � m�~a �C�'1 0 �� JJ aJ NZ Z zr-a�c�� a � ST P = 3.75 ST P= 4.25 25 68 24 44 ST P = 4.5+ Tan silty clay ST P = 4.5+ Tan limestone - with shale layers SS N = 50/3.75" AU THD T = 2.5"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 1.0"/100 FIGURE 54 = U 2 Q� �O C� 0 Eilerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/24/25 COMPLETED 1/24i25 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 54 PAGE 1 OF 1 PROJECT PIAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GRdUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- � `� AT �ERBERG E' a � � W o _IMI'."� w f}- o� �_ � j F'" � Z J �O aC N V Z Q- C/iw �~ H= C'%X O� d 3aNiNvo.a �v pZ �� �� �p �v � m �~a �C�'1 0 �O J� aJ �Z Z z�-��C�� a � ST Qu = 4.0 90 28 S7 P = 4.5+ ST P= 4.5+ 24 66 25 41 ST P = 4.5+ � N � V H 0 c� N 7 H Z U a C9 w � r� r � N N � O � Z � � � 0 U _ m x U � 0 W c� Tan limestone - with shale seams Bottom of hole at 20 feet. SS N = 50/3.75" AU THD T = 3.0"/100 AU THD T = 0.75"/100 FIGURE 55 U ~^ a� �� �O 0 � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliaht Auqer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 55 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- y AiERBERG �- a m � w o _IMIT:; w ~ �� a� ~� =Z U H Z a y'�� a�i'�i � � Q' �w �~ ~~ V W �o � o.���fl-d } OZ �� �� �0 cn N m�~a �c� � �� JJ aJ �Z Z z�a�c�� a � ' ST P = 2.75 ST P= 3.5 25 66 24 42 ST P = 3.75 Tan silty clay - with limestone seams ST P = 4.5+ ST P= 4.5+ 17 34 17 17 Tan limestone - with shale seams SS N = 50/3.5" Gray limestone Bottom of hole at 20 feet. AU THD T = 3.75"/100 FIGURE 56 U a� a� Q� �O C9 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLfENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 56 PAGE 1 OF 1 PROJECT NAME Finaf - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- 3 AT"ERBERG Z a ° � W o _IMIT� w H o ti � c � � F- � z w ��a�.y� z� �w oF... V� c�x �� d ;���nd �� pZ �� �� �� cUi�v � OvoN'•ly� � �O J� J Z W ai °0—`�0. =c� o v a g Z zr-=a�c3� a � ' ST P= 3.0 32 74 27 47 ST P = 3.25 ST P = 4.5+ Tan silty clay - with limestone seams ST P= 4.5+ 12 42 17 25 ST P = 4.5+ � N W � � 0 � N � � Z � 'a c� LL � M � � N N � ❑ N � � J Q V _ m x U � 0 � 7an limestone Bottom of hole at 20 feet. ST P= 4.5+ 14 37 16 21 AU I THD T = 3.25'Y100 FIGURE 57 U ~^ a� w� �� o � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/20/25 COMPLETED 1/20/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U 2 0� �O C� 0 %� Brown clay MATERIAL DESCRIPTION BORING NUMBER B- 57 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth�TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- �' AiERBERG � w a � -- a m W o _IMITS w ~ aLL �� ~� =Z U H Z a N�`�' a y a ��- N� �i= �� c�w �o � � � o a�Y� } OZ �� Q� NZ w � m�~a ��U' Q ��U � a � Z z�adcl� a � ST P = 3.25 ST P= 4.5+ 18 62 21 41 Tan limestone THD T = 1.875"/100 AU THD T = 1.625"/100 AU THD T = 1.375"/100 AU THD T = 0.875"/100 Bottom of hole at 20 feet. FIGURE 58 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER QR226736F DATE STARTED 1/23/25 COMPLETED 1123/25 DRILLING METHOD Continuous Fliqht Aucter NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 58 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION NiA GROUND WATER LEVELS: AT TIINE OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- w 3 � ATTERBERG Z p. ° � W o �_IMIT.- w `m . � oo �i LL� �� � I-- � z J � y(� C N � Z Q (/i W �~ I-~ U(XyJ Oo � or � � c.d �v pZ �� �� �0 cn � m��a �� o �o �� g� Q? Z zr��d� a u. ST P = 3.0 ST P = 3.5 Tan silty clay - with limestone fragments ST P= 4.5+ 27 68 27 41 ST P = 4.5+ Tan limestone - with shale seams SS N = 50/4.25" AU THD T = 5.0"/100 AU THD T = 3.25"/100 Bottom of hole at 20 feet. FIGURE 59 U H� a� a� p W�' �J o � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1123/25 DRILLING METHOD Continuous Fliqht Auaer NOTES � N � V h- 0 � vi � H Z U' a c� LL � M r � N N � � � z � � J � U x m x U � 0 w �� MATERIAL DESCRIPTION Brown clay Brown clay - with limestone seams Tan silty clay - with limestone layers Tan limestone Gray limestone - with shale seams Bottom of hole at 20 feet. BORING NUMBER B- 59 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch . PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 ATTERBERG Z a —�° . � w � IJMIT� � F}- o t� � c �. j V�- � Z -' N�c� � N� � a cnr 5� c�n� Uw �� a 3��`c.o- � OZ �+� Q� �p� cn � m�Fa �� Q �O JJ aJ J? Z z t= � cr c3 � °- "- � ST P=4.5+ ST P= 4.5+ 15 35 17 18 ST P = 4.5+ THD T = 1.75"/100 AU THD T = 4.5"/10Q AU THD T = 1.5"/100 AU I THD T = 3.0"/100 FIGURE 60 U ~^ a� a� p W" �J � � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U 2 a� d p MATERIAL DESCRIPTION WQ �"� � J C9 0 %//,� Brown clay 5 Tan limestone 10 N � Q - A v�i 15 � r z � ; Gray limestone � - with shale seams � � - � N N � ❑ � - _ Z � � J � � V x m = 20 � Bottom of hole at 20 feet. 0 w � BORING NUMBER B- 60 PAGE 1 OF 1 PROJECT NAME Finai - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTEiL DRILLING --- 3 � AT�"ERBERG Z a � � w o _IMIT� w � 0� �' C H � f' F- p o 1 yO� N N N � Q" N�--� �~ �~ U W Uv � oL �� o.d � OZ C�� �� �z w � o N Y .. � m��a =� Q �O � a J- Z z�a�cs� a "- 1 ST P = 2.0 ST P = 2.5 ST P= 3.25 29 64 23 41 THD T = 1.5"/100 AU THD T = 3.5"/100 AU THD T = 1.75"/100 AU THD T = 2.75"/100 FIGURE 61 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1l23/25 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B- 61 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT-ERBERG �' d -�° � W o _IMIT� w ~ �� 6� ~� �Z U H Z J taN��NN ��' �W �~ ~~ ULLJ �o H �— � oL �°��' na � Oz �� Q� �jo cn V% m�~a 7i� � �O JJ �J JZ Z z�a�d� � � ' ST P= 3.5 29 63 24 39 ST P = 3.0 ST P = 4.5+ ST P = 4.5+ Tan clay - with limestone fragments ST P= 4.5+ 18 53 21 32 ST P = 4.5+ Gray limestone - with shale seams Bottom of hole at 20 feet. AU THD T = 3.0"/100 FIGURE 62 U a� a� Q ,., � O C� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/24/25 COMPLETED 1/24/25 DRILLING METHOD Continuous Fliqht Auper NOTES U 2 Q� �O C� 0 MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay seams BORING NUMBER B- 62 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DN AFTER DRILLING --- �' AT"ERBERG �-- d � W o _IMITS w m . � ~ �LL a� ~� =Z U H Z J y`�� Nin d � O' (� W �~ ~~ V w O� � os � � Q� } Oz �� �� �j0 cn � m��a =� Q �O �� �� z w a g— z z�a�Cl� d � ST P= 3.0 26 65 23 42 ST P = 4.5+ ST P = 4.5+ , THD T = 0.75"/100 AU THD T = 1.5"/100 Tan clay - with limestone fragments I ST P= 4.5+ 15 36 16 20 91 Gray limestone - with shale seams Bottom of hole at 20 feet. AU � THD T = 1.5"/100 FIGURE 63 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIEMT D.R. Horton PROJECT NUMBER DR22673fiF DAiE STARTED 1i24/25 COMPLETED 1�24i25 DRILLING METHOD Continuous Flipht Auaer NOTES U a� a p MATERIAL DESCRIPTION W" �J � � 0 '///// Brown clay _ � : _ � : : : _ � � . � . � � � � . 5 : . � � _ ' 10 � � N W � _ � 0 � 15 � � z � a � � M r - � � N N � ❑ � _ ' z � � J � � - U x m � zo U � 0 w � Tan limestone - with clay layers Gray limestone - with shale seams Bottom of hole at 20 feet. BORING NUMBER B- 63 PAGE 1 OF 1 PROJECT NAME Finai - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N!A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT`ERBERG Z a a � W o _IMIT� w H o �- � c � � F" � Z J ���c� usi v Z Q �W �H �H Cj�x �e °- 3� � � a� }" oZ �� g� �o � Q CD �Hd\.L.❑ � cC� JJ aJ Z Z U a � � z�a�c�� � ' ST P = 3.0 ST P= 4.0 19 48 18 30 S7 P = 4.5+ THD T = 6.5"/100 AU I THD T = 3.75'Y100 AU � THD T = 1.5"/100 AU THD T = 1.25"/100 FIGURE 64 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR22673fF DATE STARTED 1/22/25 COMPLETED 1122i25 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Brown clay - with gravel & limestone fragments Tan & gray clay - with limestone seams BORING NUMBER B- 64 PAGE 1 OF 1 PRO.lECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Hasiet Rd., Fort Worth. TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT-ERBERG Z m � � _IMIT� w H o ii � c F.- � I- � z w ��s..yv zV �w ��. U�. UX �o � o� � � Q.a }� Oz a� ¢� c�i�z wv � m��a �� Q �O �� a z z�d_�c1� a � ST P = 4.5+ ST P= 4.5+ 23 65 25 40 SS N=17 SS N = 17 12 I SS N = 22 � N � V � 0 � � � � z � � a � LL (D f0 r � N N � 0 N Z � � J � V x m x � r 0 w t� Gray limestone Bottom of hole at 20 feet. SS PJ = 67 25 49 17 32 79 AU THD T = 0.5"/100 FIGURE 65 U a� ac.9 w" �O� o � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Dark brown clay Gray clay BORING NUMBER B- 65 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- �' AT�ERBERG � a m W o _IMIT� w I-}- o ii LL � � � � } �'" a No� a N a ��- �� ��_ �~ Uw �' g oLc�Q-a } OZ �� Q� �� cn � m�~� 7C'1 � �O JJ aJ �Z Z z�d�C�� a � ' ST P= 2.5 29 68 24 44 ST P = 3.5 Tan & gray clay - with limestone seams ST P= 4.5+ 19 55 21 34 ST P = 4.5+ SS N= 28 9 51 20 31 48 Gray limestone - with clay seams AU , THD T = 1.75"/100 AU THD T = 0.625"/100 Bottom of hole at 20 feet. FIGURE 66 U 2 Q� �O C� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telepho n e: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auaer NOTES � N V � 0 � u� � z � a � LL � r � N N � ❑ � Z � � � U 2 m 2 U � O w � MATERIAL DESCRIPTION Dark gray clay Gray clay - with gravel Tan & gray shaley clay Tan & gray shaley clay - with limestone seams Gray shaley clay Bottom of hole at 20 feet. BORING NUMBER B- 66 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. 7X GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- w 3 AT-"ERBERG z a o � w o ,JMITS tyi m . E- 1�- o �i LL c �- � F- � Z J �o �C N � Z vR (nLLl �H I-H Cix �� N� I- �— � W U" � ot c�'•a'd �`� pZ CJ� ��O CA Upa>YD � �O �� gJ Z W cQ �° �~a �c� o U a � Z z�n:�c�cc a �- , ST P = 2.75 ST P= 3.5 20 68 23 45 ST P = 4.5+ ST P = 4.5+ ST P= 4.5+ 20 70 25 45 I ' SS N = 50/375" SS N = 50l5.5" FIGURE 67 U ~^ a� w� �� � � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 Brown clay DRILLING METHOD Continuous Fliqht Auqer NOTES COMPLETED 1/22/25 MATERIAL DESCRIPTION Tan & gray shaley clay - with limestone seams BORING NUMBER B- 67 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " ATTERBERG f- a m W o LIMITS w H oii � � � �H } Z � Q� � Z U � � o� � � o.a }� pZ �� �� ►-p O� C�— ¢— cn Q C p N Y � � � O J J J J ¢ Z W cn 0°—~°: �a o V a � ? z�a�c�� a � ST P= 4.5+ 11 34 16 18 ST P = 4.5+ SS N=14 SS N= 15 23 59 23 36 SS N=24 SS N = 28 Gray shaley clay Bottom of hole at 20 feet. SS N = 50/4.0" FIGURE 68 U a� ac7 Q� �O C7 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1122/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U ~^ a� W � � � � � 0 - -/� 5 MATERIAL DESCRIPTION Brown clay Tan limestone - auger refusal at 14 ft. BORING NUMBER B- 68 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT-'ERBERG � nW. m � W o _IMIT� w H oii � � � �� } Z ""� in o(� y s N � Q' (� LLI � F- � H U L1-� � o � o cL.� o a�Y� } OZ ('J� �� �Z W � m ��a �� o �o � a g_ Z zHa�C7� �- � ST P = 4.5+ THD T = 1.0"/100 AU THD T = 0.625"/100 AU THD T = 0.75"/100 AU THD T = 0.125"/100 Bottom of hole at 14 feet. FIGURE 69 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U a� a� Q ... � O C� 0 ��j Brown clay MATERIAL DESCRIPTION Tan limestone - with clay layers at 8 ft. BORING NUMBER B- 69 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 � AT-ERBERG � a m w o _IMITS w H o ii �- c � � H } Z.-. W �����'°�' Z� �W o� v� �X O� � o� � � na }� �Z �� ¢g No �� Q V O� Y � � � � J J J Z W � m=~d �� � U J 0- g- Z z�a�c�� a � ST P= 3.0 27 46 20 26 THD T = 1.5"/100 AU THD T = 1.375"/100 AU THD T = 0.75"/100 Gray limestone Bottom of hole at 20 feet. AU THD T = 0.625"/100 AU THD T = 0.5"/100 FIGURE 70 Ellerbee-Walczak, lnc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22125 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliaht Auqer NOTES U a � a c9 � v � O � n MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay seams BORING NUMBER B- 70 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 ATTERBERG Z a ° � W o _IMITS w m . H o ti � c f- � F- � Z � �OacNL' Zn �w �� F-F' UX �� rn y� N jn N �`. �- �— (n W Ci `. � o�cio.a } Oz �1� g� �p� cn Q m��aYo � �O JJ a-' gz z � z�a�c�� � a � ST P = 4.25 ST P= 2.0 18 40 17 23 THD T = 2.0"/100 AU THD T = 1.5"/100 � Gray limestone AU THD T = 0.875"/100 AU THD T = 0.75"/100 Bottom of hole at 20 feet. FIGURE 71 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER pR22C�736F DATE STARTED 1122125 COMPLETED 1122/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U H � a C� w� �� o � 0 %/� Brown clay MATERIAL DESCRIPTION Tan limestone - with c{ay seams BORING NUMBER B- 71 PAGE 1 OF 1 PROJECT WAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry . AT END OF DRILLING Dry AFTER DRILLING --- �' AT'�ERBERG � a � � w o _IMITS w � oii � � �� �F- � Z W ��- s... N' L Z c� H W �� V� V X � o � N N� N N� �� � F" � ~ LLI Ci a 3L �` o-a r oz �� g� �o cn � -�° �Fa 3� Q �O �� a � z Z zr=a�cs� a '� ST P = 4.5+ 14 THD T = 1.875"/100 AU THD T = 1.5"/100 AU THD T = 2.125"/100 � N W 7 r 0 c� � � F Z � a � LL � M r - m N N � ❑ N Z � � J � - U x m x U � 0 w � 20 Gray limestone Bottom of hole at 20 feet. AU THD T = 1.0"/100 AU THD T = 0.625"/100 FIGURE 72 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/24/25 COMPLETED 1/24/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U 2 Q � � O MATERIAL DESCRIPTION � 0 5 10 15 20 Brown clay - with limestone fragments Tan limestone - with clay seams Gray limestone Bottom of hole at 20 feet. BORING NUMBER B- 72 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT-ERBERG ~ W o � a m w � _IMITS w ~ �LL a� ~� �Z U H Z a NNcn�N� �Q- cnw �F' �H Uw �' � �- � � °° ��a �� o �O �� a� gZ z z�a�c�� a � � ST P = 4.0 , THD T = 1.25"/100 AU THD T = 1.75"/100 AU THD T = 2.5"/100 AU THD T = 1.0"/100 AU THD T = 0.75"/100 FIGURE 73 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, 7exas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1i23/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U 2 Q � � p MATERIAL DESCRIPTION � 0 5 - _ � - � 10 � N � � _ _ F�- 0 v�i 15 � r z � a ` � LL � r _ _ � N N K � � _ ' Z � � J � - - U s m x 20 U w r 0 w � Brown clay - with limestone fragments Tan limestone Gray limestone Bottom of hole at 20 feet. BORING NUMBER B- 73 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Hastet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� ATTERBERG � W � � � �JM1TS w a m wo H o ii � c f- j I- � z J �oa-c sc��i Z Q �w �� �� UX O' a `a�Nc�io_a �`� ~ �� N� H� cnv � m��a �� o �o �� a� J? Z zra�cJ� a � � ST P = 3.0 30 1 THD T = 2.0"l100 AU THD T = 1.5"1100 AU THD T = 1.0"/100 AU THD T = 0.75"/100 AU THD T = 1.0"/100 FIGURE 74 EI{erbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1l23/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U ~^ a� w� �� o � n MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay seams BORING NUMBER B- 74 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N!A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRVLLING Dry AFTER DRILLING --- W � AT" �ERBERG Z a m � w o _IMI''� w � O LL LL C � � F" � Z w �� a� a� z Q�w o� �� Ux o0 �, �, cn �, �, �, � .� � � � � � � a N -, a 3� � ��a �. oz a- g- u� � m�� a�� Q � � J J � J Q Z Z 7 zFa�Cl� � "- ST P= 4.5+ 15 44 19 25 THD T = 1.75"/100 AU THD T = 1.5"l100 AU THD T = 1.0"/100 N � h 0 � � � � z c� a C7 LL (D M � - � N N � 0 � Z � � J � - V x m x U � 0 W � 20 Gray limestone Bottom of hole at 20 feet. I AU I THD T = 0J5"/100 AU I THD T = 1.0"/100 FIGURE 75 E1lerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Tefephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER Q�26736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U a� � � MATERIAL DESCRIPTION o � 0 % Brown clay _ / - with limestone fragments Tan limestone - with c{ay seams 5 10 Gray limestone 15 20 Bottom of hole at 20 feet. BORING NUMBER B- 75 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- w 3 AT""ERBERG Z d m � � o _IMI'.'� w ~ o� �a��i ~� �Z C� ~ p^ J y U 1 � � N � � Q � � „�, � � ~ � ~ V w i"� � � � o � o�Yo � �o �� g� �Z w c¢i� m��-� �c� o c� a g- z z�a�c�� �- "- ST P = 3.5 THD T = 5.0"/100 AU THD T = 1.0"/100 AU THD T = 1.25"/100 AU THD T = 0.75"/100 AU I THD T = D.5"/100 FIGURE 76 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auaer NQTES U 2 = W� Q O MATERIAL DESCRIPTION o � � 0 5 10 15 20 Brown clay - with limestone fragments Tan limestone - with clay layers Gray limestone Bottom of hole at 20 feet. BORING NUMBER B- 76 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT-ERBERG �" a m � w o _IMIT� w ~ �LL Q� ~� =Z U H Z a y N� N N N ���w �~ �~ Uw �= ¢ m c �dY� � �O �� �� Qz w cn ~ � c� o V a a u. zra�cl� � ST P = 4.5+ 23 THD T = 1.5"/100 AU THD T = 1.25"/100 AU THD T = 0.75"/100 AU THD T = 0.75"/100 AU THD T = 1.0"/100 FIGURE 77 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auper NOTES U 2 Q� �O � u MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone BORING NUMBER B- 77 � PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING DN AT END OF DRILLING Dry AFTER DRILLING --- a o \ AT�-E`RBSRG w m . wa H o ti � c � _ �- �- Z d No� a�i y a� �8 �� �~ ��- Uw �Uo Qot c� Q-°: } Oz �� g� �—o cn � m �~a �C�1 � �O �J dJ �Z Z z�a�cJ� a � ST P= 3.5 25 61 23 38 THD T = 6.25"/100 AU THD T = 0.75"/100 AU I THD T = 1.5"/100 Gray limestone 20 Bottom of hole at 20 feet. I AU I THD T = 1.0"/100 AU THD T = 1.25"/100 FIGURE 78 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auaer NOTES U a � a c9 w� �� � � 0 MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay seams BORING NUMBER B- 78 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT`"ERBERG �- a m W o _IMITE, W � � } F" OLL LL � � �h Z � s� � Z U � a 3�N°�'o.a �a u~j� �� �� �W �o � m�~a �C�'! � �� �� aJ �Z Z z�a�cl� a � ST I P=4.5+ THD T = 1.0"/100 AU THD T = 0.75"/100 AU THD T = 0.5"/100 AU I THD T = 0.75"/100 Gray limestone Bottom of hole at 20 feet. AU I THD T = 1.0"/100 FIGURE 79 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1123/25 DRILLING METHOD Continuous Flictht Auaer NOTES U a� a0 � v � J i� 0 � N � 7 - h 0 � � � � a � a � LL � C1 r - N � � � Z � � J � - �.i x m x U W � 0 w � MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay seams 15 Gray limestone 20 Bottom of hole at 20 feet. BORING NUMBER B- 79 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCA710N Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- . '� AT"ERBERG f' w o � IMIT� z p. m � W o ti, � F o� ti c H �F" � Z J ��a��'s� ZQ �W �~ FU'-'~ UX �� �'v� F- �— � �W U� N N N 4% � � Q m�oQYO � �o �� �� N°z w cn �� a o v °" a � z�adcl� ST P = 4.5+ 22 THD T = 1.5"/100 AU THD T = 1.5"/100 AU THD T = 1.0"/100 AU THD T = 0.75"/100 AU THD T = 0.75"l100 FIGURE 80 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliaht Auqer NOTES U 2 Q � � O MATERIAL DESCRIPTION � 0 �� Brown clay _ j Tan clay _ - with limestone fragments 5 Tan limestone - with clay layers 10 15 20 BORING NUMBER B- 80 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT`"ERBERG � d m w o _IMIT� w F}- o li u- � � � H. r Z � �o ac a� Z a fjw �H �F_ UK �o � oL � � nd }v pZ �� �� E-p �� � m�~a �C�'1 0�U� -'�' o-J gZ Z z�d:�c�� a LL ' ST P = 4.5+ ST P= 4.5+ 19 75 25 50 ST P = 4.5+ THD T = 1.75"/100 AU THD T = 1.5"/100 AU THD T = 11.0"/88 AU THD T = 9.25"/100 Bottom of hole at 20 feet. FIGURE 81 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23l25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 81 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION NIA GROUND WATER LEVELS: AT TIME OF DRILLING DrY AT END OF DRILLING DN AFTER DRILLING --- �' ATTERBERG � a o � W o �_1Ml?� w �. m . "" H � � v � �- W ��a.-Nc�i Zv �W �� V� UX �o � os c`�' aa � Q Oz d� �� �z wv � a `mY �� �Q J � m�Hd 3� � V d Z Z1-��C1� a LL ' ST P= 4.0 29 71 27 44 ST P = 4.5+ ST P = 4.5+ ST P= 4.5+ 21 71 26 45 ST P = 4.5+ � N W Q i- 0 � � � � z � a � LL � f7 r � N N � � N Z � J U _ m s U � 0 w � Tan limestone - with clay layers Gray {imestone - with shale seams Bottom of hole at 20 feet. AU THD T = 12.0"/68 AU I THD T = 9.5"/100 FIGURE 82 U a� a� Q,� �O � 4 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B- 82 � PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W o o ATTERBERG Z a m W o I_IMIT� w H O LL �� � j� i' Z a ��N�a� �� �� �~ �~ Uw �' � a��i�-a } oz �� g� �o v, � m�~ a �� 0 � O J J a J � Z Z z�a�c�� a � ' ST P = 3.0 ST P= 3.5 21 64 21 43 ST P = 3.5 Tan & gray clay - with limestone fragments ST P= 4.5+ 14 51 20 31 ST P = 2.5 Tan limestone - with clay layers AU THD T = 5.25"/100 Gray limestone - with shale seams Bottom of hole at 20 feet. AU THD T = 5.25"/100 FIGURE 83 U a� a� Q .,.. � o � � Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Flipht Auqer NOTES U S w � � O MATERIAL DESCRIPTION � � � 5 10 - J � � 15 20 - Brown clay - with limestone fragments Tan limestone - with clay layers Gray limestone Bottom of hole at 20 feet. BORING NUMBER 6- 83 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- N AT�-ERBERG � a m w � _IMITS W H oii LL � �� �H } z J NO(� C N � Z Q � W �� �� UX O� � O L � U t2d } v O Z �� Q� � Q �.�... � m�~ a 7� � � O J J a J J Z Z ZFd�C1d' d L� tST P= 4.0 23 55 21 34 ST P = 4.5+ ST P= 4.5+ 20 65 25 40 THD T = 1.5"/100 AU THD T = 3.5"/100 I AU THD T = 6.75"/100 AU THD T = 1.0"/100 FIGURE 84 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliaht Auqer NOTES ST P= 4.0 24 62 24 38 ST P = 4.5+ ST P = 4.5+ MATERIAL DESCRIPTION Brown clay Tan clay BORING NUMBER B- 84 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N!A GROUND WATER LEVELS: AT TIME OF DRILLING Dry A7 END OF DRILLING Dry AFTER DRILLING --- 3 AT`ERBERG Z a ° � w o _IMITS w I}- oLL LL' � H� �Z V � Z J ��a-cw� ZQ. NW �� H� UX O� � o-� � � ad }v OZ C�_1� �� �z wv N m� oa �� o �o � g- ~ v a a LL zHa�c1� � ST P = 3.5 ST P= 4.5+ 20 55 21 34 � � � v F- 0 � � � � z � � a � � � M r � N N � � � Z � _ J O x m s U � 0 w � Tan limestone - with clay layers Gray limestone - with shale seams Bottom of hole at 20 feet. AU THD T = 6.25"/100 AU I THD T = 2.25"(100 FIGURE 85 U a � a c7 w� �O � � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Te l e p h o n e: 817-7 59-999 9 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1122/25 DRILLING METHOD Continuous Fliqht Auqer NOTES = U 2 Q � � O MATERIAL DESCRIPTION � 0 "%/ Brown clay 5 _ � 10 15 - J 20 Tan & gray clay Gray limestone - with shale layers Bottom of hole at 20 feet. BORING NUMBER B- 85 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING DrV AT END OF DRILLING Dry AFTER DRILLING --- `� AT "ERBERG �- � m � w o _IMITF. w F}- o ii � � H ��- } Z a 3�yc�ina =� �H �� <j� �0 �� � m�~ a 7� � � O � J a J J Z Z z�a�c�� o- u. � ST P = 2.5 ST P = 4.5+ ST P= 4.5+ 24 71 27 44 ST P = 4.5+ ST P = 3.5 ST P= 4.5+ 22 55 20 35 AU THD T = 7.25"/100 FIGURE 86 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR2zf736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliaht Auqer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B- 86 � PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT�ERBERG �— a m W o _IMIT� W ~ �LL 6� �� �Z U I}- Z d ym�a�Na� �� �� ��- �H C�W �o g or c� fl-a � Oz (�� �� �� cA � — cn � `°=�a3� o �� �� � gz Z z���c�� a � � ST P= 2.5 28 72 26 46 ST P = 3.0 ST P = 3.5 ST P= 4.5+ 14 54 20 34 Tan silty clay ST P= 4.5+ 18 48 18 30 Tan limestone - with clay layers Gray limestone - with shale seams 20 Bottom of hole at 20 feet. AU THD T = 4.75"/100 AU THD T = 2.25"/100 FIGURE 87 U � �. � C7 w� �� � � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 Brown clay DRILLING METHOD Continuous Fliqht Auqer NOTES COMPLETED 1/22/25 MATERIAL DESCRIPTION BORING NUMBER B- 87 � PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING DN AFTER DRILLING --- W a � AT�ERBERG Z a m W o _IMIT� w H oii LL � � �� � � o � � � H Z a N��a Na �.UQ..- NW �~ �E= Uw �' � a� c ��-d } OZ �� �� �'� cn N 0° ��'a �C�i o �� -�J a� �z w g- Z z�a�c�� a � ST P = 4.5+ ST P= 4.5+ 16 47 17 30 ST P = 4.5+ Tan limestone - with clay seams THD T = 2.75"/100 AU THD T = 1.25"/100 AU THD T = 1.5"/100 Gray limestone - with shale seams Bottom of hole at 20 feet. AU THD T = 1.25"/100 FIGURE 88 U 2 Q� �O C9 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U 2 d W� �Q � � 0 MATERIAL DESCRIPTION Brown clay - with tan limestone Tan limestone - with clay layers BORING NUMBER B- 88 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 � AT"ERBERG Z a ° � w o _IMIT� w m . Ir- o �i �- c � j �- � z J ��a=a� Z Q �� �� �� UX �o a 3�y°ia.a �" pZ �� �� Ho cn � o�ovY�. } �� g� �z w cQn °° �~a �pc� o �O � a J— Z z�aac�� a � S7 P= 4.5+ 26 53 23 30 THD T = 6.5"/100 AU THD T = 2.75"/100 ' AU THD T = 1.75"l100 � � a � 0 � u� � � z � a � LL � � r - N � 0 N z � � J � - U x m x U � 0 W c� 2Q Gray limestone - with shale seams Bottom of hole at 20 feet. , AU THD T = 1.0"/100 AU THD T = 1.5"/100 FIGURE 89 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER pR2��736F DATE STARTED 1i22/25 COMPLETED 1/22125 DRILLING METHOD Continuous Fliqht Auaer NOTES U a� °-O W ''' � J 0 � U MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B- 89 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Hasfet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- 3 ATTERBERG Z a ° � w o I-IMIT� w Fr- oii � c � �H' h z w ��� ��'� z Q�w oF �� Uw o0 a Na y°'�� �,. � � �o 3 c� n n. O Z C1— Q— cn N Q m��aYo � �O �� a.� Z Z �, � �c� o � g_ zra�C1� a �'- ST P = 4.5+ 28 THD T = 5.0"/100 AU THD T = 0.75"l100 AU THD T = 4.0"/100 � N W d' - F- ❑ � 15 � r z � a � LL � M h - N � � � Z � ' J � - U s m x 20 U w 0 w � Gray limestone Bottom of hole at 20 feet. AU THD T = 2.25"/100 AU THD T = 0.75"/100 FIGURE 90 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DRz2�7�6F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U S Q � � O MATERIAL DESCRIPTION C� 0 �� Brown clay j� - �Tan sandy clay j - � j 5 j Tan limestone - with clay layers 10 i � � 15 � � 20 Bottom of hole at 20 feet. BORING NUMBER B- 90 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 AT-ERBERG � a m � w o _IMIT;' w I— pLL LL� I_� j� � Z � N�'� a�iTn a� � Q- c�uJ �H �H Uw �o � °� �~� �C�'J � �� �� ¢� �z w a �— z z�a�c�� a u, ST P = 4.5+ ST P= 4.5+ 11 33 15 18 55 THD T = 2.5"/100 AU THD T = 10.0"/82 AU THD T = 12.0"/66 AU THD T = 9.75"/80 FIGURE 91 Ellerbee-Walczak, Inc. 45d1 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR22673&� DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Flipht Auaer NOTES U F- .-. a C7 w� �� 0 � 0 MATERIAL DESCRIPTION Tan & brown clay Tan limestone - with clay layers BORING NUMBER B- 91 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W 3 o ATTERBERG Z a o � W o _IMIT� w � m • ��, � j" � H J ��r �'� y U Z Q �LZ1J �H ��- (>X �o � o°�`��na �v Oz �� �� c~i�z w �c �•-.. � � m��oa �p� Q �O � a J— Z zi-�arrc�� � "- ST P = 4.0 ST P= 4.5+ 14 40 17 23 THD T = 2.5"/100 AU I THD T = 1.125"/100 � N W V F� 0 � � � � z � a � LL w r� � � N N � ❑ N Z � � J � U x m x U � 0 w � Bottom of hole at 20 feet. AU THD T = 0.75"/100 AU THD T = 0.875"/100 FIGURE 92 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1122125 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliaht Auaer NOTES U a � a c7 w" �O� o � 0 % Brown clay MATERIAL DESCRIPTION Tan sandy clay - �: - �: % ' 5 j Tan limestone - with clay layers 10 �— - I � N W q _ _ F- 0 � 15 � � a � � - a � LL � t+1 r - � N N � � � Z � � J � � U x m x 20 � � 0 w � Bottom of hole at 20 feet. BORING NUMBER B- 92 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- 3 AT-ERBERG Z a o � W o _IMIT� w } m " "� H �� f}- ��. � �� c� y � Z Q �w 0� �� UX Z� a 3�wc°�in� =v pZ �� �� �� tnv Q m�oaYo � �o �� g� z w � v a g- LL � zra�c�� � ST P= 3.0 24 64 24 40 ST P = 4.5+ ST P= 4.5+ 12 37 16 21 11 THD T = 1.875"/100 � AU i� THD T = 1.375'Y100 AU THD T = 1.125"/100 AU THD T = 1.0"/100 FIGURE 93 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auper NOTES U Q� � p MATERIAL DESCRIPTION � 0 %� Brown clay _ � _ J % _ � % _ � i 5 � 1 1 - -1 1 1 I - -� 1 1 _ � 10 _ � � N � � _ � � 0 � 15 � � z � 'a � � LL � � _ ti � N N K � � _ � � � � J Q � � U x m s 20 U � 0 w c� Tan & gray clay - with limestone seams Gray limestone Bottom of hole at 20 feet. BORING NUMBER B- 93 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- � 3 � AT`"ERBERG Z a � � w o _IMI , � w r �w � � � �y H � H ~ ��� N� Z� W H UI- UW �� a 3L �° Qa } Q o� �� c�ng Nx� �� Q -�°��aY❑ ��O �� gJ Z W � � S- Z � zra�C�� � U a LL ' ST P = 3.5 ST P= 4.5+ 16 55 20 35 ST A = 4.5+ ST P = 4.5+ ST P= 4.5+ 18 58 21 37 ST P = 4.0 AU THD T = 1.25"/100 FIGURE 94 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 94 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: � AT TIME OF DRILLING 13.0 ft ZAT END OF DRILLING 11.0 ft AFTER DRILLING --- a m`� AT-ERBERG � W o _IMIT� w I}- o ii � c � � I- >- ~ o sa� � Z V � Z a NN�a Na� ��- �� �~ ~~ UW � = � o.c c �.�-a } Oz (�� �� y� cA � m�~a �c�'1 0 �� JJ aJ gZ Z zHa�C�� a � � ST P = 2.75 ST P= 3.0 23 66 23 43 ST P = 3.25 ST P = 3.75 Tan & brown clay ST P= 4.0 22 66 22 44 Tan limestone - with shale seams Gray limestone - with shale seams 20 Bottom of hole at 20 feet. AU THD T = 5.75"/100 AU THD T = 1.5"/100 FIGURE 95 U ~^ a� W� �� o � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenus Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Brown clay - with limestone fragments BORING NUMBER B- 95 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: � AT TIME OF DRILLING 14.0 ft 1 AT END OF DRILLING 11.0 ft AFTER DRILLING --- 3 .., AT`ERBERG Z w _IMITS w a m � wo � ~ o� ��a�i ~� �Z (� F}- Z W �` a.r N � Z c� �"' W � F- f- U W �� a 3L � � na �� pZ �� �� �� tA Q m��aYo � '�O �1 a� Q? Z � N � C'1 � U a tL z'ra�c�� � ST P= 3.0 27 72 26 46 ST P = 3.25 ST P = 4.0 ST P= 3.5 14 56 21 35 ST P = 4.0 Tan limestone - with shale seams AU THD T = 4.0"/100 Gray limestone - with shale seams i i 20 - � I Bottom of hole at 20 feet. AU THD T = 1.5"/100 FIGURE 96 U a� a� Q„� �O C� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliaht Auaer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B- 96 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.. Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: � AT TIME OF DRILLING 14.0 ft 1 AT END OF DRILLING 15.0 ft AFTER DRILLING --- " AT"ERBERG F- a m � W o _IM�TS w I}- o ii �� H �� �' Z � ��a�6� ZQ HW 0� U� UX �� � oL � � aa }`� pZ �� Q� �0 cnv � m ��a 3Q� Q �O �--� aJ �Z Z zr-a�c�� � LL 1 ST P = 2.75 ST P = 3.5 ST P= 4.0 21 57 20 37 ST P = 4.5+ ST P= 4.25 14 54 20 34 Tan silty clay ST P=4.5+ 19 Tan limestone - with shale seams AU THD T = 5.0"/100 Bottom of hole at 20 feet. FIGURE 97 U a� a� Q� �O � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1123/25 COMPLETED 1/23i25 DRILLING METHOD Continuous Fliqht Auper NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B- 97 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATfON N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry A7 END OF DRILLING Dry AFTER DRILLING --- W 3 „ ATTERBERG Z a � � wo 1-IMI,� w H o ti � c }- � j F- � Z J ��� � v�si � Z Q �w �I- �I_ UX �o N� F- �_ � W �`� a 3.°�c��nd �`� pZ �� Q� �� Q m C�d\,1,� � �� -�� J� QZ Z cn �� c� o � a a � z�a�c�� � ST P = 3.5 29 ST P = 4.0 Tan & gray clay - with calcareous particles ST P= 4.5+ 14 57 21 36 ST P = 4.5+ ST P= 4.5+ 15 56 21 35 � N � 7 � 0 � � � � z � a � LL � M r � N N � � N 2 � � J O U s m s U � 0 w � Gray limestone Bottom of hole at 20 feet. ST P = 4.0 AU THD T = 1.5"/100 FIGURE 98 U a� �O W" �J � � 0 Elferbee-Walczak, lnc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/23i25 COMPLETED 1123/25 DRILLING METHOD Continuous Fliqht Auaer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER 6- 98 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING DN AT END OF DRILLING Dry AFTER DRILLING --- '� ATTERBERG � a � � W o �_IM1T� w I}— o ii "- � � j I— � Z w ��a-...Nc�i z� HW �� V� Ux �� 'J N N� d N N � Q Cq � �— �— IJ,J U�. � O�o�Y°' } OZ CJ� �� CAZ W � m��a �� Q �O � a a— � zr-=a�c�� 1 ST P = 3.75 ST P = 4.5+ 22 ST P = 4.5+ ST P= 4.5+ 16 71 26 45 Tan silty clay - with limestone fragments S7 P = 4.5+ ST P= 3.0 18 40 17 23 Gray limestone AU THD T = 1.25"1100 Bottom of hole at 20 feet. FIGURE 99 U a$ a0 L1! " � J � � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR2267�6F DATE STARTED 1/23/25 COMPLETED 1/23/25 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B- 99 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- `� AT'ERBERG � a ° W � _IMITS w } m . • � } �- H o ii � � H. �� � Z d yo� a�i�vNi � � a �F �~ ~~ Uw O� � o� � � o_� � Oz �� �� �� cn � m�~a 7C'1 � �O JJ aJ JZ Z z�a�c�� a � � ST P= 3.0 29 76 26 50 ST P = 4.5+ ST P = 4.5+ ST P = 4.5+ Tan clay - with limestone fragments ST P= 4.5+ 11 65 22 43 ST P = 2.25 Gray limestone Bottom of hole at 20 feet. AU THD T = 1.75"/100 m FIGURE 100 U a� ac7 wv �� 0 � 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auqer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B-100 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: � AT TIME OF DRILLING 13.0 ft 1 AT END OF DRILLING 10.0 ft AFTER DRILLING --- `� AT�-ERBERG F- � -�° W o _IMIT� w H o LL, u.' � �,-. j� � z a N�'�n�y� �� �� ��_ ~�= UW �` Q ��o�Ya } Oz �� g� �z w � °° `�a 3� o �� J a � z z�a�c�� a � ' ST P = 2.75 ST P= 4.0 32 73 26 47 ST P = 4.5+ ST P = 4.5+ Tan & brown clay ST P= 4.5+ 24 77 26 51 Tan clay ST P = 4.5+ Tan limestone - with shale seams Bottom of hole at 20 feet. AU THD T = 5.5"/100 FIGURE 701 U 2 Q � � J c� 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER pR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auqer NOTES ST P = 4.0 ST P = 4.5+ MATERIAL DESCRIPTION Brown clay BORING NUMBER B-101 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVATION N1A GROUND WATER LEVELS: � AT TIME OF DRILLING 13.0 ft 1 AT END OF DRILLING 15.0 ft AFTER DRILLING --- 3 ,� AT-ERBERG Z a o � w o .IMIT� w � mw ' � � 1- o� LL' � H �� H z W ��s..N'c°�i Zc�i F-W �F- UF- UW �o � or � � ad �� OZ C1� �� �Z W � m�Fa �q o�O � a g- Z z�aac�rr a � 1 ST P= 3.0 26 68 24 44 ST P= 4.5+ 18 69 25 44 N m a 0 � � � r a � a � LL � f`� h � N N K � � z � � 0 U x m _ c� W 0 W c� Tan clay Tan limestone - with clay seams Bottom of hole at 20 feet. S7 P = 4.5+ I AU THD T = 6.75"/100 AU I THD T = 6.0'Y100 FIGURE 102 U o-� aO W `'' � J o � n Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Flipht Auaer NOTES U a� ac7 wV �� � � 0 %// Brown clay MATERIAL DESCRIPTION Tan clay - with limestone fragments Tan limestone BORING NUMBER B-102 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- " AT�ERBERG �- a m � W o _IMIT.> w � o� LL � H� �� � Z a Ny�a ya� ��- �� �~ ~�= UW �° g o� � i Q-O- � oz �� �� �j� cn (/� m C~a 7CJ' � �O JJ �J JZ Z z�a�c�� a � ST P = 3.0 ST P= 4.5+ 15 50 19 31 , THD T = 3.75"/100 AU THD T = 2.25"/100 Gray limestone AU THD T = 0.75"/100 AU THD T = 1.0"/100 Bottom of hole at 20 feet. FIGURE 103 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Flipht Auaer NOTES MATERIAL DESCRIPTION Brown clay BORING NUMBER B-103 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth. TX GROUND ELEVAiION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- '� AT- ERBERG � d � � W o _IMITS w �— o� � aci �� �Z (� � Z J y N� � N p) � Q- � W O� �� (iw Oo F-- � — (n � o.c��.g'n' �- OZ Cl� Q� �Z W Q m�FaYp oC �O � a J_ Z f� � C� � V a � zr��C�� ST P= 3.0 22 44 19 25 ST P = 4.0 Tan silty clay ST P= 4.5+ 18 44 20 24 Tan limestone - with clay seams THD T = 4.0"/100 AU THD T = 1.5"/100 Gray limestone 15 ' _ � 20 Bottom of hole at 20 feet. AU , THD T = 1.0"/100 AU THD T = 0.5"/100 FIGURE 104 U a� a0 WQ`� �J C9 0 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22/25 COMPLETED 1/22/25 DRILLING METHOD Continuous Fliqht Auqer NOTES U f=-�. aC� w$ �� � � n MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers at 4 ft. BORING NUMBER B-104 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd.,Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- a m" AT'ERBERG �- w o _IMIT.` w I- O LL � C � �� �' Z a N�,�'a N� ��- �� 5~ ~~ �W �= N oc���C�'1 � �O �� a� aZ Z m_�a zFa�C�� d � r SS N = 50/2.25" THD T = 2.75"/100 AU THD T = 7.5"/100 AU THD T = 1.25"/100 Gray limestone AU , THD T = 1.0"/100 AU THD T = 0.75"/100 Bottom of hole at 20 feet. FIGURE 105 Ellerbee-Walczak, Inc. 4501 Broadway Avenue Haltom City, Texas 76117 Telephone: 817-759-9999 Fax: 817-759-1888 CLIENT D.R. Horton PROJECT NUMBER DR226736F DATE STARTED 1/22f25 COMPLETED 1122125 DRILLING METHOD Continuous Fliqht Auqer ��L�S��� U a � n' O W �'' � J � � 0 MATERIAL DESCRIPTION Brown clay - with limestone fragments Tan limestone - with clay layers BORING NUMBER B-105 PAGE 1 OF 1 PROJECT NAME Final - Nance Ranch PROJECT LOCATION Avondale-Haslet Rd., Fort Worth, TX GROUND ELEVATION N/A GROUND WATER LEVELS: AT TIME OF DRILLING Dry AT END OF DRILLING Dry AFTER DRILLING --- W � AT'�ERBERG Z o � � IMITS ua a �� wo H o� LL � � �I- � z J �� 6� y U Z Q NLZLI �h �H UX �� a 3� N°�' aa =v pZ �� Q� �� cnv � O V C �'- .. }' J J J Z W � m��a j� Q �O �, a g— z z�a�c�� a � ST P= 4.5+ 16 49 19 30 50 SS N = 50(1.5" AU THD T = 4.5"/100 AU THD T = 1.0"/100 N � � � 0 � � � r z � a. � � � M n - � N N � � � Z g � J � - V s m x U w 0 w � 20 I Gray limestone Bottom of hole at 20 feet. AU ' THD T = 0.75'Y100 AU THD T = 0.5"l100 FIGURE 106 SOIL CLASSIFICATION CHART COARSE GRAINED SOILS MORE THAN 50% OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE MAJOR DIVISIONS SYMBOLS GRAVEL AND GRAVELLY SOILS MORE THAN 50% OF COARSE FRACTION RETAINED ON NO. 4 SIEVE SAND AND SANDY SOILS MORE THAN 50% OF COARSE FRACTION PASSING ON NO. 4 SIEVE GRAPH LETTER ���s,+ CLEAN i �►�'i GW GRAVELS �� � �� � ��L o �a o o �a (LITTLE OR NO FINES) o O�o �� GP ��Oo ��; GRAVELS WITH o� ���oC GM FINES � 00 C, � (APPRECIABLE GC AMOUNT OF FINES) .o I CLEAN SANDS $W (LITTLE OR NO FINES) :: S'P SANDS WITH SM FINES ��� :. ;. . . . ;.� . • . �. S C (APPRECIABLE : :: : �� �.� AMOUNT OF FINESI � LI.LL FINE GRAINED SOILS � AINDS LIQUID LIMIT / CL CLAYS LESS THAN 50 / ==== OL MORE THAN 50°/a OF MATERIAL IS MH SMALLER THAN NO. 200 SIEVE SIZE / AIND LIQUID LIMIT � CLAYS GREATERTHAN50 CH OH ��� ;f �`�'��1; ^;t"; ^-;1 �� HIGHLY ORGANIC SOILS �� ���� ���� ���� ' PT �� �, .� �, �� �, �� �� NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS TYPICAL DESCRIPTIONS WELL-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES POORLY-GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES SILTY GRAVELS, GRAVEL - SAND - SILT MIXTURES CLAYEY GRAVELS, GRAVEL - SAND - CLAY MIXTURES WELL-GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES POORLY-GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES SILTY SANDS, SAND - SILT MIXTURES CLAYEY SANDS, SAND - CLAY MIXTURES INORGANIC SILTS AND VERY FINE SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS INORGANIC CLAYS OF HIGH PLASTICITY ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS Figure 107 GR-Ol 60 00 Product Requirements Page 1 of 1 GR-01 60 00 PRODUCT REQUIREMENTS Ventana West, Phase lA City Proj ect No. 106015 CFW Lighting Approved Products List CFW Product Name Type 11 Pole Type 33B Arm Residential Luminaire Timber Pole Manufacturer � Manufacturer Product Name & Description Residential-Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized Makers Sales and Marketing, LLC Valmont Industries, Inc Makers Sales and Marketing, LLC Makers Sales and Marketing, LLC Valmont Industries, Inc Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. McFarland Cascade Bayou Forest Products MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Galvanized Type 33B, 36" Rise Simplex 8' Arm, Galvanized Type 33B, 36" Rise Simplex 8' Arm, Black DB01373(page 4 of 6)-Single Arm Type 336, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- M P-N L-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- M P-N L-P7-AO-RFD325606 American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- M P-N L-P7-AO-RFD325609 American Electric Lighting, ATBO-P101-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD325608 CREOSOTE 30/35 FOOT TIMBER POLE 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 Makers Sales and Marketing, LLC Type 18 Pole Type 33A Arm Arterial Luminaire Makers Sales and Marketing, LLC Valmont Industries, Inc MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, 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 Valmont Industries, Inc Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. DB01373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- M P-N L-P7-AO-RFD322794 American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- M P-N L-P7-AO-RFD322793 American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 Timber Pole McFarland Cascade CREOSOTE 35/40 FOOT 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-Pedestria n Washington 10' Pole Acuity Brands Lighting, Inc. Washington 14' Pole Acuity Brands Lighting, Inc. Washington Luminaire Acuity Brands Lighting, Inc. Washington Globe Luminaire Oleander Type A Pole Oleander Type B Pole Oleander Type B Arm Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Oleander Luminaire Berry 12' Pole Berry 20' Pole Berry Arm Berry Luminaire Banner Arms Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Acuity Brands Lighting, Inc. Holophane, CLA 10.6(OAL)FTJ20P07BK-MOD, AB-31-4 RFD110736 Holophane, CLAI4FT J20DMODC03BK RFD325026, AB- 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 FRGLRFD338699 Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 AO RFD-315548 Holophane, PDA 12S5L20POBBK-MOD Holophane, PDA20S5L20P08BK-MOD Holophane, OHC 151N 2ATN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO RFD338741 Holophane, RSA 12 SO G12 SC BK AB-26-4 RFD326400 Holophane, PD20S5J20P11BK RFD338816 Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 AO SH Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Conduit 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 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 MacLean Highline Ground Box Kearneys Photocell Shorting Caps 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, 5001bs 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 Split Bolt Connectors, Copper Split Bolts 2 Wire, N NSi Industries, LLC 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 ITRASTAR INC. IDURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTAR INC. DURA-STR25-3K-120-3-GR-SCL FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApprovall Spec No. IClasssification I Manufacturer I Model No. � � Water & Sewer - Manholes & Bases/Comuonents 3339-10 Bev 2/3/161 I 07/23/97 33 OS 13 Urcthanc Hydrophilic Watcrstop A+ahi KoRyo KK Adcka Ultra-Scal P-201 I 04/26/00 33 OS 13 OfTsct loint for 4' Diam. MH Hanson Concrcic Products DrawinR No. 35-004R-001 I 04/26/00 330513 ProfilcGaskctfr4'Dia�n.MH. Press-ScalGaskctCom� 2��-4GGaskct I I/26/99 330513 HDPEManholcAdiushncntRinRs Ladtcch,Inc HDPEAdiushncntRinR I 5/13/OS 330513 ManholcExtcrnalWan Canusa-CPS Wan��ScalManholcEncapwlationSysicm � � Water & Sewer - Manholes & Bases/Fiber2lass 3339-13 (1/8/131 I I/26/99 33 39 13 Fibcrgla» Manholc Fluid Containmcnt, Inc. I OR/30/06 33 39 13 FbcrRlas� Manholc LF. ManufacturinR � � Water & Sewer - Manholes & Bases/Frames & Covers/Rectanaular 33-OS-13 (Rev 2/3/161 I* 33 OS 13 IManholc Framcs and Covcry I Wcstcm Iron Workv, Bavv & Hays Foundry � � � Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Roundl 33-OS-13 Bev 2/3/161 I* 33 OS 13 Manholc Framcs and Covcn Wcsicrz� Iron Works, Bass & Hays Foundry I* 33 OS 13 Manholc Framcs and Covcn McKinlcy Iron Works Inc. I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry I33 OS 13 Manholc Framcs and Covcn SiRma Comoration I33 OS 13 Manholc Framcs and Covcn SiRma Comoration I33 OS 13 Manholc Framcs and Covcn Pont-A-Mouvvon I33 OS 13 Manholc Framcs and Covcn Nccnah CastinK Flowtitc f�➢L Updated: 6-18-25 National Spec I Size ASTM D2240/D472/D792 ASTM C-043/C-361 SS MH TaHic and Non-traHic arra ASTM 3753 Non-h-aHic arra Non-h-aflic arra 24"x40" WD 30024 A 24 AM R-1272 ASTM A4R & AASHTO M306 NF 1274 ASTM A4R & AASHTO M306 MH-144N MH-143N GTS-STD I10/31/06 33 OS 13 Manholc Framcs end Covcn (Hin„cd) Powcrscal Hinqcd Ductilc Irun Manholc I 7/25/03 33 OS 13 Manholc Framcs and Covcn Saint-Gobain Pipclinc� (Pammx/rcxus) RE32-RSFS I 01/31/06 33 OS 13 30" Dia. MH RinK and Covcr East Jordan Iron Works V I432-2 and V I483 Dc�iRns I 11/02/10 33 OS 13 30" Dia. MH Rin� and Covcr SiRma Comoation MHI651 FWN & MHI6502 I 07/19/I I 33 OS 13 30" Dia. MH Rin� and Covcr Star Pinc Product� MH32FTWSS-0C I OS/10/I I 33 OS 13 30" Dia. MH Rin� and Covcr Accucast 220700 Hcavy Duty with Gaskct RinR 10/14/13 06/01/17 12/OS/23 03/OS/00 04/20/01 09/23/96 12/05/23 OS/OS/IS 09/03/24 06/Q9/10 Q9/06/19 10/07/21 10/07/21 10/07/21 30" ERGO XL Asscmbly 33 OS 13 30" Dia. MH RinK and Covcr (HinKcd & Lockablc) East Iordan Iron Work� with Cam Lock/MPIC/T-Gaskct 34 OS 13 30" Dia. MH Rin� and Covcr (Lockablc) CI SIP Indusiric� 22R0 (32") 34 OS 13 30" Dia. MH Rin� and Covcr (Hin�cd & Lockablc) CI SIP Indusiric� 4267WT - Hinq d(32") CAI'-ONE-30-FTW, Composite, w/ Lack 33 OS 13 30" Dia. MH RinRand Cover Comoosi�e Access Produc�s, LP. w/o Hin¢ 34 OS 13 30" Dia. MH Rine and Cover Trumbull Manufacnnn¢ 32"(30") Fizme and Cover Water & Sewer - Manholes & Bases/Frames & Covers/Water Ti�ht & Pressure Tieht 33-OS-13 Bev 2/3/16) 33 05 13 Manhole Frames and Covers PonaA-Mousson Pamn¢h[ 33 05 13 Manhole Fimmes and Covers Neenah Casnn¢ 33 05 13 Manhole Fimmes and Covers Wes�ern Iron Works,Bass & Hays Foundiy 300-24P 33 OS 13 Manhole Fimmes and Covers McKinley liron Works Inc. W PA24AM 33 05 13 Manhole Fiames and Covers Ace�casr RG2100 33 05 13 Manhole Fiames and Covers (SIP)Seramoore Indusnies Prrvate Ltd. 300-24-23]5 Rine and Cover Water & Sewer - Manholes & Bases/Precast Concrete ( iev 1/8/13) 33 39 10 Manhole, Precast Conaete Hydro Condurc Coiv SPL Item #49 33 39 10 Manhole, Precast Conaete Wall Conaete Pioe Co. Ine. 33 39 10 Manhole, Precast Concrete Conerere Piroduct Inc. 48" I.D. Manhole w/ 32" Cone 333910 Manhole,PrecaecConcrece TheTurnerComoany 72"LD.Manholew/32"Cone 33 39 10 Manhole, Precae[ Concre[e The Turner Comnany a8", 60" I.D. Manhole w/ 32" Cone Mannole, SL" Vpei�ii�g ana Yla� top, (No 33 39 10 Manhole, Precast Concrete OldcasHe Piecas[ Ine. Transinon Cones) 33 39 10 Manhole, Precast (Remfoir.ed Polymer)Conerete US Comoosite Pioe Reinforced Pol�ner Conerete 33 39 20 Manhole, Precast Concrete Forcerim Pioe and Piecast 60" & 72" I.D. Manhole w/32" Cone 32 39 20 Manhole, Precae[ Conaete Fonerim Pioe and Piecast 48" I.D. Manhole w/32" Cone 33 39 20 Manhole, Precast (Remforced Polymer) Concrere Armorock 48" & 60" I.D. Manhole w/32" Cone 33 39 20 Manhole, Precaec (Hvbrid) Polymer & PVC Geneva Pine and Precaer (Predl Sysrems) 48" & 60" I.D. Manhole w/32" Cone 03/07/23 33 39 20 Manhulq Prccast Cuncrctc AmcnTcx Pinc and Products, LLC 4R" & 60" I.D. Manholc w/32" Conc 03/07/23 33 39 20 Manhulq Prccast (Rcinfurcnl Pulymcr) Cuncrctc P3 Polyincn, RockHardscp 4R" & 60" I.D. Manholc w/32" Conc 04/2R/07 Manholc, Prccast (Rcinforcal Polyincr) Concrdc Amita;h USA Mcycr Polycrdc Pipc Sewer -(WACI Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 I Was[ewa[er Access Chamber I Q�ickstream Solunons, Ine. Tyoe 8 Main[enace Shaft (P000��) Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * EI-14 ManholeRehabSystems Quadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cemen� Matenals, Inc. Reliner MSP EI-14 Manhole Rehab Systems AI'/M Pern�aforn� 4/20/01 EI-14 Manhole Rehab System S�roneComoany Snron¢ Seal MS2A Rehab System 5/12/U3 EI-14 Manhole Rehab System (Liner) Tnolex Linin¢ Sye[em MH reoeirorod�ct ro stoU mfil�ranon 08/30/06 Geneiml Conerete Reoeir FlexKrete Technolo¢ies Vinyl Palyesrer ReU��r �rad�ct ASTM A536 AASHTO M306-04 ASSHTO MI05 & ASTM A53G ASTM A 4R ASTM A 4R ASTM A 48 ASTM A 48 ASTM C 478 ASTM C-443 ASTM C 478 ASTM C 478 ASTM C 47& ASTM C 478 ASTM G76 ASTM C-7fi ASTM G77 ASTM C-07R; ASTM C-923; ASTM C-043 ASTM D5813 24" Dia. 24" Dia. 24" Dia. 30" Dia. 24" dia. 24" dia. 24" Dia. 30" Dia. 30" Dia. 30" Dia 30" Dia 30" Die 30" Dia � 30" Die. I 30" Dia. I 30" Dia. I 30" Dia. � � � za o�a. I 24" Dia. I 24" Dia. I 24" Dia. � 24" Dia. � 24" Dia. � � � as� � 48" � 48" w/32" wne � 72" � 48", fi0" � 48" ro 84" 1. D. I 48" ro 72" � 60" & 72" � 4fr" � 48" & fi0" � 48" & 6U" Non Tratfic Areas � I � � � � For use when Std. MH cannot be I installed d�e to deo�h � � � � � � � Misc. Use I � * From Original5tandard Products List 1 FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApproval Spec No. IClasssification I Manufacturer � Water & Sewer - Manholes & Bases/Rehab SvstemsINonCementitioos � 05/20/96 EI-14 Manhole Rehab Systems Sorayroq, I 72/14/01 Coatin�forCo�rosiooprotcction(Extc�or) HRTECH � al/3l/a6 Coar��st�CoRos�ooP�o��ro� Cha�crto� IR/2R/2006 CoatinKsf rCo�rosion Protation Warrcn Environmcntel I I33 OS I C, 33 39 10. 03/19/1R 333920 CoatinKforCo�rosooprotat�on(Extc�or) ShcnvioWilliems � � Water & Sewer - Manhole Inserts - Field Ouerations Use Onlv (Rev 2/3/161 I* 33 OS 13 Manholc Inscrt Knutson Entcmnscs I* 33 OS 13 Manholc Inscrt South Wcstcm Packa�inR I * 33 OS 13 Manholc Inscrt Noilow-Inflow I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Sral�, Inc. I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Scal+, Inc. � � Water & Sewer - Pioe Casine Suacers 33-OS-24 (07/Ol/131 � i voaioz s��i ea�a cas��� s�au� na�a�ua e��a��e� a�a sy�c�ms, i��. IO2/02/93 Stainlcs� Stccl Casing Spactt Advanccd Products and Systcros, Inc. I04/22/R7 Casing Spaccrs Cascadc Watcnvork� Manufacturing I 09/14/10 Stainlc» Stccl Casing Spaccr Pipdinc Sral and Insularor I 09/14/10 Coatal Stccl Ca�in Spaccrs Pipdinc Sral and Insularor I OS/10/I I Stainlc» Stccl Ca�ing Spaccr Powcncal 03/19/IS Casing Spaceis BWM 03/19/IS CasingSpacers BWM � 03/29/22 33 OS 13 Casing Spaceis CCI Pipeline Systems I09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) 08/2A/18 OR24/1 R 02/25/02 12/14/01 04/ 14/OS 01 /31 /06 8/28/2006 � I �izii9� � 03/22/10 � 04/09/21 � 03/07/23 09/03/24 � Water & Sewer - Piues/Ducfile Iron 33-ll-10(1/8/13) 33 I I 10 Ductilc Iron Pipc GrifTn Pipc Products, Co. 33 I I 10 Ductile Iron Pipe Amencan Duc�ile Iron Pipe Co. 33 I7 70 Ductilc Iron Pipc Amcricen Ductilc Iron Pipc Co. 33 I I 10 Ductilc Iron Pipc U.S. Pipcand Foundry Co. 331110 DuctilclronPipc McWencCast[ronPipcCo. Water & Sewer - Utilitv Line Marker (08/24/20181 � Sewer - Coatim �s/Enoxv 33-39-60 l01/08/131 eooxv ��nmz sys�em sauereisen, �nc Eooxv ��nm¢ Sys�em Enech Technical Coann¢s Inrenor D�ctile Iron PiUe Coatin¢ Induron Coann¢s forCoiTosion Protecnon Chesterron Coatin¢s for Corrosion Protection Warien Environmental Sewer - Coatines/Polvurethane � Sewer - Combination Air Valves 33-31-70 Air Release Valve A.R.1. USA, Inc. Sewer - Piues/Concrete EI-04 Conc. Pine, Remfoiced Wall Concrere Pioe Co. Ine. EI-04 Canc. Pioe, Remfair.ed Hydro Condun Caivaim[ian EI-04 Conc. Pioe, Remforced Hanson Conae�e Prod�c[s EI-04 Canc.Pioe,Remfaiced CanaetePioe&Prad�ctsCo.lne. Sewer - Pine Enlar�ment Svstem lMethodl33-31-23 (Ol/18/13) rim system rim Coroorano� Me('onnell Systems McLat Consnucnon TRS Systems Trenchless Reolacement System Sewer - Piue/Fiber�lass Reinforced/ 33-31-13(1/8/131 33 31 13 Cent. Casr FiberRlass (FRP) Hobas Pioe USA, Inc. 33 31 13 Fiberelass Pioe (FRP) Ameron 33 31 13 Glass-Fiber Reinforced Polvmer Pine (FRP) Thomoson Pine Grouo 33 31 13 Fiberglass Pipe (FRI') F�ture Pipe Ind�striee 33 31 13 Fiberglass Pipe (FRI') Supeiiit Boru Sanayi A.S. Model No. Sorav wall eolyureH�ane Coann¢ Scncs 20230 and 2100 (Asnhatic E�nulsion) Arc 791, S 1 HB, S l, S2 5-301 and M-301 RR&C Da�npprooting Noo-Fibcrcd Spay Gradc (Asphatic Emul�ion) Madc to Ordcr- Plastic Madc to Ordcr- Plastic Madc to Ordcr- Plastic LitcSavcr- Stainlcss Stccl TcthcrLok - Stainlcss Siccl ca�n�� sr��i s�au�, M�a�i si Stainlcss Stccl Spaccr, Modd SSI Casing Spaccrs Stainlcss Stccl Casing Spdcer Coatal Stccl Casing Spdccn 4R10 Powcrchock SS-12 Casing Spacei{Stainless S�eel) F�12 Caving Spaccr (Coatcd Carbon Stccl) for Nonsrcvwrc Pipc and Groutcd Caving CSC 12, CSS 12 PcrManufactumnRcquircmcnh (Scwcr Applications OnIY) Super Bcll-Titc Ductilc Irun Pressurc Pipc, American Fastite I'ipe (Bell Spigot) Amcricen Flcx Ring (Rcstrainal Ioint) SewerGard210RS Ertech 2030 and 2100 Series Protecro 401 Arc791,SIHB,SI,S2 S-301 and M-301 National Spec ASTM D639/D790 Acid Rcsistancc Tcst ASTM D 1248 ASTM D 1248 ASTM D 1248 AWWACISO,CI51 AWWACI50,C151 AWWACISO,C751 AWWA CI50, CI51 AWWA CI50, CI51 LA Caunry#210-1.33 ASTM B-I 17 Acid Resistance Test Updated: 6-18-25 Size I I � Sm,ceures Only � Sc�y��nnni��ae�o�ti � Scwcr Ann�,�ti�n, I I For Extcnor Coating ofConcrctc � Sm,ceurc, Only � � For 24" dia. I For 24" dia. I For 24" die. I For 24" dia. I For24"dia l � � � � � Upto4R" I Up to 48" I Up to 4S" I 8" - 12" (Sewer Only) 3" th�u 24" 4^ thru 30" 4" thru 30" D�cnle Iron Pioe Only Sewer Aoohca[ians Sewer AOVlicatians D025LTP02(Camoasite Bady) I I 2" ASTM C76 Class 111 TdcG, SI'L I�em #77 ASTM C 76 ��-,� ASTM C 76 ASTM C76 Palyethylene Palyethylene Palye�hylene I'IM Coro., �iscata Way, NJ. Aooroved Previously Housron, Texas Aooro�'ed I're�'iously Cal¢arv, Canada Aooroved Previously Hobas �ioe Mon-Pieee�ie) Bondsmm�d RPMP Pioe Thamnsan Pioe (Flow[i[e) Fiberstrong FRP Superlrt FRP ASTM D3262/D3754 ASTM D3262/D3754 ASTM D3262/D3754 ASTM D32G2, ASTM D3681, ASTM D41GI, AWWA M45 ASTM D32G2, ASTM D3517, ASTM 3754, A W WA C950 * From Original5tandard Products List 2 FORT WORTH� IApproval Spec No. IClasssification � Sewer - Piue/Pa�vmer Piue � 4/14/u5 Poly�nerModiftedConcre�ePioe � 06/09/10 EI-9 RemfarcedPalymerCanaetePioe � � Sewer - Pines/HDPE 33-31-23(1/8/131, I * r+�Qn-ae�s�tynaivernvie�,en�oe � * Hi¢h-densiryoalverhyleneo�oe � * Hi¢h-densnyoalverhyleneo�oe � Hi¢h-densiry oolyethylene o�oe � � Sewer - Piues/PVC (Pressure Sewerl 33-11-12 (4/1/13� I 12/02/II 33-II-12 DR-14PVCPressurePipe I 10/22/14 33-II-12 DR-14PVCPressurePipe � � Sewer - Pines/PVC* 33-31-20 (7/1/131, � * 3331-2U PVCSewerPine � 12/23/97* 3331-20 PVCSewerPine � ' 3331-2U PVCSewerPine � 12/05/23 3331-2U PVCSewerPine � 12/05/23 3331-20 PVCSewerPioe � * 3331-2U PVCSewerP�i e � 05/06/05 3331-20 PVC Solid Wail Pipe � �4�����6 3331-20 PVC Sewer Fittings � � 3331-20 PVC Sewer Fimngs � 3/19/2018 33 31 20 PVC Sewer Pine � 3/19/2018 33 31 20 PVC Sewer P�e � 3/29/2019 33 31 20 Gasketed Fittings (PVC) � 10/21/2020 333120 PVCSewerPine � 10/22/2020 33 31 20 PVC Sewer Pine � 10/21/2020 333120 PVCSewerPine � � CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Ami[ech USA US Camoasite Pioe Phillios Dnsconioe, Inc. Plexco Inc. Polly Pioe, Inc. CSR Hvdro Condurc/Pioehne Sysrems �ipclife Jetsneam Rayal Building Praducts Model No. Meyer Polycre[e �ioe Remfaiced PalvmerCancrere Pine Oo���re Ducnle Polyethylene Pioe McConnell Pioe Enlarzement PVC Pressure Pipe Royal Seal PVC Piessuie Pipe J-M Manuf9o[�nn¢ Co., Inc. (JM 2a¢le) Diamond Plasncs Coi�oimtion Lamson Vylon �ioe Vinylcech PVC Pine vinvl�ech PVC Pioe J-M ManuFncturii�,v�Co, Inc. (JM Ea¢le) Diamond Plasncs Corporation Harco PlasncTrends, Ina(WesHake) Pinelife Jet Stream Pinelit'e Jet Stream GPK Piroducts, Inc. NAPCO(Westlake) Sanderson Pine Coro. NAPCO(WesTlake) SDR-26 (PS I I S ) 3DR-26 (P31 I S) SDR-26 (PSI I S) SDR-26 (PS I I S ) Gravity Sewer PS I 15 PS I15 PS I I S SDR-26 (PS I IS) GaskeT Fimn¢s Gasketed PVC Sewer Main FittinQs SDR 26 (PS I I 5) SDR 26 SDR 26 SDR 26 SDR 26 BDRZ6 PB I IS Updated: 6-18-25 National Spec Size ASTM C33, A276, F477 8" [0 102", Claaa V ASTM G76 ASTM D 1248 8" ASTM D 12A8 8" ASTM D 12A8 8" ASTM D 1248 AW WA C900 AW WA C900 ASTM D 3034 ASTM D 3034 ASTM D 3034 ASTM D3034 ASTM F 679 ASTM F 679 ASTM F-679 ASTM D-3034, D-1784, etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034 ASTM D3034 ASTM D3034 ASTM F-679 4^thiv 12" 4^thiv 12" 4" - I 5" 4" thru 15" 4" thru 15" 4^ thru I S IS" 18" - 28„ I 8" to 48' 4. _ �S, I S"- 24' 4"- I S" 4"- I S" 4" - I S" 4"- I S" 18"-36' * From Original5tandard Products List FORT WORTH� IApproval Spec No. IClasssification � Water - Aooarxnances 33-12-10 f07/Ol/131 � 09/03/24 33-12-10 Double Scran Saddle � 01/IS/IS 33-12-10 Double Stran Saddle � OS/28/02 Double Strao Saddle � 07/23/12 33-12-10 Double Stran Sernce Saddle 03/07/23 33-12-10 Duublc Strap Sc�vicc Saddlc I 70/27/R7 Curb Stons-Ball Mcicr Valvc� 10/27/87 �rb Stoos-Ball Merer Valves � 5/25/2018 33-12-10 Curb Stoos-Ball Meter Valves I5/25/201 R 33-12-10 Curb Stons-Ball Mcicr Valvcs I5/25/201 R 33-12-10 Curb Stons-Ball Mcicr Valvcs � 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves I5/25/201 R }3-12-10 Curb Stons-Ball Mcicr Valvc� I5/25/201 R }3-12-10 Curb Stons-Ball Mcicr Valvc� � I 01/26/00 Coatnl Tanq�nR Saddlc with Doublc SS Snapv I 0/5/21/12 33-12-25 Tapn�ngSlccvc(CoatcdStml) I 03/29/22 33-12-25 Tapn�n� Slccvc (Coatcd or Stainlcss Stccl) I OS/10/II Tapn�ngSlccvc(StainlcssStccl) I 02/29/12 33-12-25 Tapn�ng Slccvc (Coatcd Stccl) I 02/29/12 33-12-25 Tapn�ngSlccvc(StainlcssStccl) I 02/29/12 33-12-25 Tapn�ngSlccvc(StainlcssStccl) I OS/I0/II JuintRcnairCla�np IPla�tic Mctcr Box w/Compo+itc Lid IPla�tic Mctcr Box w/Compo+itc Lid I OS/30/06 Plavtic Mctcr Box w/Cumpovitc Lid IConcrnc Mncr Box IConcrnc Mncr Box IConcrdc Mdcr Box � � Water - Bolts. Nuts. and Gaskets 33-11-OS (Ol/08/131 � None � 70/01/R7 03/31/RR 09/30/R7 01/12/93 OR/24/RR 09/24/R7 10/14/87 01/75/RR 70/09/R7 09/76/R7 OR/12/16 02/OS/93 OR/OS/04 Water - Combination Air Release 33-31-70 (Ol/08/131 EI-II CombinationAirRcicascValvc EI-I I Combination Air Rcicasc Valvc CI-II CombinationAirRcicascValvc Water - Dry Barrel Fire Hvdrants 33-12-40 (Ol/15/14) &I-12 Dry Barrd Firc Hydant &I-12 Dry Barrd Firc Hydant &I-12 Dry Barrd Firc Hydant E-7-12 Dry Barrcl Firc Hydrant &I-12 Dry Barrd Firc Hydant &I-12 Dry Barrd Firc Hydant &I-12 Dry Barrd Firc Hydant EI-12 DiyBarielFireHydimnt EI-12 Dry Barrd Firc Hydant &I-12 Dry Barrd Firc Hydant &I-12 Dry Barrd Firc Hydant 33-12-00 Dry Barrd Firc Hydant W ater - Meters EI01-5 DctcctorChcckMncr Maenc[ic Dnvc Vcaical Turbinc CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Ford Meter Box Co., Inc. Romac Smith Blair Mueller Comnany Pow�ncal McDonald McDanald Ford Meter Bax Ca., Inc. Ford Mcicr Box Co., Inc. Ford Mcicr Box Co., Inc. M�ellerCa., Ltd. Mucllcr Co., Ltd. Mucllcr Co., Ltd. Model No. 202B 202NS NVlon Coated #317 Nylon Coated Double Strao Saddle DR2S Double (SS) Stran DI Saddle 3450AS, Incl. Com� Stun, Dbl Stran, Stainlcss 6100M,6100MT & 610MT 4F03B, 4604B, 6100M. 6100TM and 6101 M FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL FB600-(.NL, FBI600-C.NL, FV23-666-W- NL, L22-66NL FB600�NL, FBI600�NL, BI I-044-WR- NL, B22444WR-NL, L2R-04NL B-25000N, B-24277N-3, B-2020UN-3, H- ISOOON„ H-1552N, H142276N �25000N, �20200N-3, B-24277N-3,H- I SOOON, H-14276N, H-15525N �25000N, B-20200N-3,H-ISOOON, H- 15530N 1CM Induvhics, Inc. 1CM Induvhics,Inc. 1CM Indu�hics, Inc. Pow�ncal Ro�ne� Ro�ne� Ro�ne� Pou�ncal DFW Pla�tic� Inc. DFW Pla�tic� Inc. DFW Plavticv Inc. Bass & Hays Bass & Hays Bass & Hays d406 Doublc Band SS Soddlc 412 Tanq�nR Slmvc ESS 415 Tanq�nR Slccvc 3490AS (FlanRc) &3490MJ FTS 420 SST Stainlcvv Stccl SST III Stainlcss Stccl 3232 Bcll Juint Rcneir Cla�np DFW37G12-IEPAF FTW DFW39G12-IEPAF FTW DF WGSC-I4-I EPAF FT W CMB37-B I2 I I I R LID-9 CMB-I S-Dual 1416 LID-9 CMB65-B65 1527 LID-9 Updated: 6-18-25 National Spec Size 4W WA C800 AW WA ( 800 NSF ANSI 372 AW WA C800 AW WA CR00 AW WA CR00 AW WA C800, ANSF 61, ANSI/NSF 372 AWWA CR00, ANSF 61, ANSIMSF 372 AWWA CR00, ANSF 61, ANSI/NSF 372 I"-2" SVC, uo �a I6" Pioe I"-2" SVC, uo �a 24" Pioe I"-2" SVC, uo �a 24" Pioe �"-2" SVC, un eo 2a" Pfnc 3/4" and I" I %" and 2" 2" � _ � ,z,� I" Z" I-1 2„ I" I"-2" Tap� on up to 12" AWWAC-223 Unto30"w/12"Out AWWAC-223 ConcrdcPipcOnly 4"-8" and 16" A W WA C-223 U n tu 42" w/24" Out AWWAC-223 Untu24"w/12"Out AWWAC-223 Untu30"w/12"Out 4" to 30" Class "A„ GA Indu�hics, Inc E�npirc Air and Vacumn Valvc, Modcl 935 ASTM A 126 Class B, ASTM A Multiplcx ManufactunnK Co. Crivpin Airand Vacuum Valvcs, Modcl No. ValvcandPnmcrCom. APCO#143C,#145C'and#147C Amcrican-DarlinK Valvc Amcncan DarlinK Valvc Cim� Como�a��o� Amcrican AVK Comnany Cim� Como�a��o� ITT Krnnaly Valvc MBcFI Valvc Co�nnany M�eller Comoany Mucllcr Company U.S. P�nc & Fo��d�y Amcric�n Plow C'ontrol (AF"C) EJ (8ast lordan Iron Wo�k�) Amcs Company Hc�scy DrawinR No�. 90.1 R60R, 94-1 R560 Shon Dawin� No. 94-1 R791 Shon DrawinR No. 0.19R95 Modd 2700 Drawin�s D20435, D20436, B20506 Shon Dawin�No. D-R07R3FW Shon Drawinq No. 13476 Shap Drawings No.6461 A-423 Cennnon Shop Drawing FH-12 A-023 Suncr Crntunon 200 Shop DrawinR No. 960250 Watcrous Paccr WB67 WatcrMasicr SCD250 Modcl 1000 DctcctorChcck Valvc Ma�nctic Drivc Vcrtical ��� &z�� I/2" I"&2" �� z�&3" AWWA C-�02 AWWA C-�02 AWWA C-�02 A W WA C-502 AWWA C-�02 AWWA C-�02 AWWA C-�02 A W W A G502 AWWA C-�02 AWWA C-�02 A W WA C-502 AW WA C550 AWWA C701, Cla» I 4" - 10" 3/4" _ 6" * From Original5tandard Products List 4 CITY OF FORT WORTH FORT WORTH� WATER DEPARTMENT STANDARD PRODUCT LIST IApprovall Spec No. IClasssification I Manufacturer I Model No. I National Spec � Water - Piues/PVC fPressure Waterl 33-31-70 (Ol/08/131 IAW WA C900, AW WA C6U5, 12/OS/23 33-I I-12 PVC Pressure Pioe Vinyltech PVC Pioe DRI4 ASTM D1784 IAW WA C900, AW WA C6U5, 12/OS/23 33-II-12 I'VCPressurePioe Vinyl�echl'VCI'ioe DRIS ASTMD1784 IAW WA C900, AW WA C6U5, 09/03/24 33-II-12 I'VCPressurePioe Northernl'ioePiroducrs DRI4 ASTMD1784 IAW WA C900, AW WA C6U5, 09/03/24 33-II-12 PVCI'ressurePioe Northernl'ioePiroduc�s DRIS ASTMD1784 � 3/19/2018 331112 PVCPressurePioe PinelifeJetSneam DRI4 AWWAC900 � 3/19/2018 331112 PVCPressurePioe PinelifeJetSneam DRIS AWWAC900 � 5/25/2018 33 I I 12 PVC Pressure Pioe Diamond Plasncs Coi�oimtion DR 14 AW WA C900 5/25/201R 33 I I 12 PVC Pressurc Pinc Diamond Plastics Comoration DR IR AWWA C900 AW WA C900-16 72/6/201 R 33 I I 12 PVC Pressurc Pipc 7-M Manufactunng Co., Inc d/b/a JM Eaglc DR 14 UL 1285 ANSI/NSF 61 FM 1612 AW WA C900-16 72/6/201 R 33 I I 12 PVC Prc�wrc Pipc 7-M Manufactunng Co., Inc d/b/a 7M Eaglc DR I S UL 1285 ANSI/NSF 61 FM 1612 I 9/6/2019 33 I I 12 PVC Pressure Pipe Underground Solutians Inc. DRI4 Fusible PVC AW WA C9U0 I 9/6/2019 331112 PVCPrcvvurcPipc NAPCO�Wcstlakc) DRIR AWWAC900 I 9/6/2019 331112 PVCPressurePipe NAPCO(Westlake) DRI4 AWWAC9U0 I 9/6/2019 331112 PVCPressurePipe SandersonPipeCorp. DRI4 AWWAC9U0 � � Water - Pioes/Valves & Fittinas/Ductile Iron Fittinas 33-11-ll (Ol/OS/13) I 07/23/92 E1-07 DuctilclronFittings StarPipcProduda,Inc. McchanicelluintFitting� AWWACI53&CI10 I * EI-07 DucilclronFittin�s GriffinPincProducts,Co. McchanicalloiniFittinRn AWWACI70 I * EI-07 Ducilc Iron FittinKs McWenGTylcr Pinc/ [Jnion [Jtiliticn Division Mcchanical Joint Fittings, SSB Class }50 pWµ�p C 153, C I 10, C I I I I OR/I I/9R El-07 Ducilc Iron FittinKs SiKma, Co. Mcchanical Joint Fittiny,rs, SSB Class 357 pWµ�p C 153, C I 10, C I 12 I 02/26/14 EI-07 Ml Fittin�� Accucast Clann 350 C-753 Ml Fittings pW�yp CI53 I OS/14/9R El-07 DuctilclronJointRcshaints FordMctcrBoxCo./Uni-Flan�c Uni-FlangcScrics1400 pW�ypClll/CI53 I OS/14/98 E1-24 PVCJointRc�hainh FordMctcrBoxCo.Nni-FlanKc Uni-FlangcScricsl500Circlo-Lock pW�ypClll/CI53 I 71/09/04 E1-07 Ducilc Iron Joint Rcsh-aints Onc Bolt, Inc. Onc Bolt Rcsirainal Joini Fitting pµ�Wp Cl l l/CI 16/CI53 I 02/29/12 33-I I-I I Ductilc Iron Pipc Mcchaniral Ioint Rcsiraint BBAA Iron, Inc. Mcgalug Scncs I 100 (f r DI Pipc) p�yWp CI I I/CI 16/CI53 I 02/29/12 33-1 I-1 I PVC Pipc Mcchanical loint Rcsiraint EBAA Iron, Inc. Mcgalug Scncs 2000 (f r PVC Pipc) p�yWp CI I I/CI 16/CI53 I OS/OS/04 El-07 McchanicalJointRcteincrGlands(PVC) SiRma,Co. SigmaOno-LokSLC4-SLC10 pWµ�pClll/CI53 I 03/06/19 33-II-II McchanicalJointRctaincrGlands(PVC) Si�ma,Co. Sig�naOno-LokSLCS4-SLCSI2 pWµ�pClll/CI53 I OS/OS/04 E1-07 McchanicalJointRcteincrGlands(PVC) SiKma,Co. SigmaOno-LokSLCE pWWpClll/CI53 I OS/10/98 L1-07 Ml FittinK�(DIP) SiKma, Co. Sigma Ono-Lok SLDE pWWp CI53 10/12/10 [7-24 Intcnor Rctitraincd Joint Svstcm S& 6 Tcchncial Produas 6ulldu5 Sy�tcm ( Diamond Lok 21 & 1M pSTM F-1624 ASTM D395, D412, D471, D573. 04/07/69 Intenor ResnzineAJaint System H�Itec Hydragrip-R D883, D1149, D1229, D1349, D 1414, D 1415, D 1566, F913 OS/16/06 E1-07 Mc�chnnicelJuinlPiuinKs SIPIndu�lncs(Scramporc) Mc�chanicalJuinlPiuinKs pWWpC153 I 11/07/16 33-11-II McchanicalJointRctaincrGlands StarPipcProducis,Inc. PVCStargnpScncs4000 pSTMA536AWWACIII I 11/07/16 33-11-I I Mcchanical Joint Rctaincr Glands Star Pipc Producis, Inc. DIP S[argrip Scrics 3000 pSTM A536 AWWA CI I I EZ Grip Joint Rcsh-aint (EZD) Bleck For DIP 03/19/IS 33-11-11 Mcchanic.�IJointRctaincrGlaods SIPIodu�hics(Scramporc) ASTMA536AWWACIII I 03/19/IS 33-II-II MechanicalJointRetainerGlands SII'Ind�sn'ies(Seizmpoie) EZGnploiniResiraint(EZD)RMfrC900 pSTMA536AWWACIII DRI4 PVC Pipc I 03/19/IS 33-II-II MechanicalJointRetainerGlands SII'Ind�sn'ies(Seizmpoie) EZGriplointResiraint(EZD)RedfrC900 qSTMA536AWWACIII DRIR PVC Pipc I � Updated: 6-18-25 Size � 4"-16' 16"-IS" 4"-16' 16"-I8' 4"-12' 16"-24" 4"-12" 16"-24" 4"-28" IG"-24" 4� _ $. I 6" - 24„ 4"- 12" 4"- 12" 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4"-24„ 4" to 12" 4' 12„ 4" to 24" 3"-48" 4"-12' 16"-24' * From Original5tandard Products List 5 FORT WORTH� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApproval Spec No. IClasssification I Manufacturer � Water - Pioes/�alves & Fittines/Resilient Seated Gate �alve* 33-12-20 (OS/13/151 IResilient WedQed Gate Valvew/no Gears Amencan Flow Control � 12/13/02 ResilienrWed¢eGareValve AmericanFlowControl � 08/31/99 RuilientWedQeGareValve AmencanFlowControl � 05/18/99 RuilientWedQeGateValve AmencanFlowControl � 10/24/UO EI-26 ResilientWedeeGateValve AmericanFlowControl � 08/05/04 RuilientWedQeGateValve AmencanFlowConnol I OS/23/91 EI-26 ResilientWedReGateValve AmencanAVKComoany I 01/24/02 EI-26 ResilientWedReGateValve AmencanAVKComoany I* EI-26 ResilientSeatedGateValve Kennedy I * EI-26 ResilientSeatedGateValve M&H I* EI-26 ResilientSeatedGateValve MuellerCo. I II/08/99 ResilientWedQeGareValve MuellerCo. � OU23/03 ResilienrWed¢eGareValve MuellerCo. � OS/13/05 ResilientWedQeGateValve MuellerCo. � 01/31/06 ResilientWedQeGateValve MuellerCo. � 01/28/88 EI-26 ResilienrWed¢eGareValve ClowValveCo. � 10/04/94 RuilientWedQeGareValve ClowValveCo. � II/08/99 EI-26 RuiliwtWeAaeGareValve ClowValveCo. � II/29/04 ResihentWed¢eGareValve ClowValveCo. 71/30/12 Rcsilirnt Wn�vFCiatc Valvc Clow Valvc Co. I 05/OR/91 E7-26 Rcsilicnt Scatal Gatc Volvc Srockhain Valvcv & Fittings I * EI-26 Rcsilicnt Scatcd Getc Valvc U.S. Pinc end Foun�ry Co. � 10/26/16 33-12-20 ResilienrSeatedGareValve EJ(EastJordanlronWorks) � ����� $ Matco Gate Valve Matco-Noica I � Water - Piues/Valves & Fittines/Rubber Seated Buttert7y Valve 33-12-21 f07/10/141 � * E I 30 R�bber Seated B�tteiflv Valve Henry Pratt Co. � * E 130 R�bber Seated B�tterflv Valve Mueller Co. � I/II/99 EI-30 RubberSeatedB�tterflvValve DemrikValvesCo. � 06/12/03 EI-30 ValmancAmerican B�tterflv Valve valmanc Valve and ManufacmrinQ Coro. � 04/06/07 EI-30 R�bber Seated B�tterflv Valve M&H Valve � 03/19/IS 33 12 21 Rubber Seated B�tterflv Valve G. A. Industries (Golden Anderson) � 09/03/2a 33 1221 Rubber Sea[ed ButterFlv Valve American AVK Comnanv � � Water - Polvethvlene Encasement 33-11-10 f01/08/131 Model No. Series 2500 Drawin¢ ti 94-20247 Series 253U and Senes 2536 Senes 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ducnle Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Seriea A2361 (SD 6647) 0eriea A2460 P� 18"-?A" (0D 6709) Maeller 30" &36"�C-515 M�el ler 42" & 48", C-515 16' RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valvc Modd 2638 MevoEeal 250, reqwremems SPLN74 E] FlowMesmr Getc Velvc & Boxcs 225 MR Valmatic Amencan Butterfly Valve. M&H Sryle 4500 Xc 1450 AW WA C5U4 Butterfly Valve AW WA C504 B�tterfly Valve Clase 250B � 05/12/05 EI-13 PolyethvleneEncasment Flexsol Packa¢ine Fulron Enteivnses � OS/12105 EI-13 Polyethylene Encasment Moun�ain States Plastics (MSP) and AEI' Ind. Standard Hardwaie � 05/12/05 EI-13 Polye[hvleneEncasmen[ AEPlnd�sn�es BullstronRbvCowrownBol[&Gaske[ � 09/06/19 33-II-II PolyethvleneEncasment NoiYhtownPiroducislnc. I'EEncasementforDlP � � Watcr - Samuline Station 03/07/23 331250 WaterSamlin5rntion KupfcrlcFoundrCompnn- H.clipsc,�um6cr88,12-inch�JcprhofR�r NWN�F24 33-FbSB ' .��-�.eo.,�.,s-.��� ,-w..o,-.m-�..�z� IWater - Automatic Flusher IHG6-A-IN-2-BRN-LI'RR(Poixable) 10/21/20 Au�oma�edFlushin¢System M�ellerHydroR�ard HG2-A-IN--2-PVC-018-LPLG(I'ermanent) I 04/09/21 AutomatalFlushingSysicm KupfcrlcFoundryCompany Eclipsc�9R00wc I 04/09/21 Auto�natal Flushing Sysicm Kupfcrlc Foundry Company Eclip�c #9700 (Ponablc) � Updated: 6-18-25 National Spec Size A W W A C515 AW WA C515 AW WA C515 AW WA C515 AW WA C515 A W W A C509 AW WA C515 AW WA C515 AWWAC515 AWWAC515 AWWAC509 AW WA C515 AWWAC515 AWWAC515 AWWA C515 A W WA C 509, ANSI 420 - st�m, AW WA/ANSI CI I S/An21.15 A W WA C-504 A W W A G504 A W W A G504 AW WA G504 A W W A G504 A W W A G504 AWW'A C-iO4 AWWACIUS AWWACI05 AWWACIUS AWWACI05 This product removed Ib" 30" and 36" 20" and 2A" 16" 4"rol2" 42" and 48" 4" ro 12" 2U" and smaller 4" - 12" 4" - 12" 4" - 12„ 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" tu 4R" (Notc 3) 4" - 12„ 3" to 16" 4" to 16' 24„ 24"and smaller 24" and lar¢er Un co 84" diameter 24" to 48' 3U"-54" 24" - 48" & mil LLD & mil LLD 8 mil LLD 8 mil LLD As showm in sncc 33 12 50 The Fon Wor[h Water Depar[menPs Standard Products List has been developed to minimizethe wbmi[[al ieview ofpiroducts which mee[ the For[ Wonh Wa[er DepanmenPs S[andard Specitica[ions duringutiliry cons[ruc[ion prqec[s. When Technical Specifications for specific piroduc�s, aie included as paiYofH�e Cons�rucnon Conn-�ct Doc�menr, the requirements ofthe Technical Specificanon will overnde the Fort Worth Warer Depar[ment's Standard Specificanons and the Fort Worth Water DeparnnenYs Standard Piroducts Listand approval ofthe specific products will be based on therequirements ofthe Technical Specification whether or notthe specificprod�ct meets the Fort WoiYh Water Deparm�ent's Standard Specifications or is on the Fort Worth Water Ycllow Highlight indicatcs rcccnt changcti * From Original5tandard Products List 6 FORT WORTH�� CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT "'�" STANDARD PRODUCTS LIST AS OF 10/31/2025 T !! �ttenHon: �iix Uesigns Ao nor sapecseAe CEN' S eciticaHons ! ...... i . . ......... 1 1 1 1 COncYC[C Class A(S dewalk, ADA Ra s, Driveways, Curb/Gutter,'Vledian Pavement) 9/9/2022 32 13 20 �Iix Des� �mer an Concrete Comnd�Y 30CAF029 3000 n+i 3-5" Slump; 3-6% Air 4/3/2025 32 13 20 Mix Des� B� Town ConcreLe 221 I 3000 psi 3-5" Slump; 3-6% Air 7/16/2025 322 13 20 Mix Des� B�� Town ConcreLe 22113 With 30 % SIaK 3000 psi 3-5" Slmnn; 3-6% Air 9/9/2022 32 13 20 Mix Des� Burnco Texas 30UIOIAG 3000 psi 3-5" Slmnn; 3-6% Air 4/I/2024 32 13 20 Mix Des� Burnco Texas 30USOOBG 3000 psi 3-5" Slmnn; 3-6% Air 9/9/2022 32 13 20 Mix Des� Carder Concrete FWCC502001 3000 ns� 3-5" Slumn; 3-6% Air 9/9/2022 32 13 20 Mix Des� Carder Concrete FWCC502021 3500 ns� 3-5" Slumn; 3-6% Air 9/9/2022 32 13 20 Mix Des� ChishoLn Tral Recli Mix CI3020AE 3000 ns� 3-5" Slumn; 4.5-7.5% Air 4/2ft/2025 32 13 20 Mix Des� Chisholm Tral Recli Mix CT6020A 3600 ns� 3-5" Slumn; 3-6% Air 9/9/2022 32 13 20 Mix Des� City Concrete Co��any 30HA20II 3000 ns� 3-5" Slumn; 3-6% Air 9/9/2022 32 13 20 Mix Des� Cow Town Redi M�x 253-W 3000 ns� 3-5" Slumn; 3-6% Air 9/9/2022 32 13 20 Mix Des� Cow Town Redi Mix 250 3000 ns� 3-5" Slumn; 3-6% Air 9/9/2022 32 13 20 Mix Des� Cow Town Redi Mix 350 3000 ns� 3-5" Slumn; 3-6% Air 1/29/2024 32 13 20 Mix Des� Eshada RendY Mix R3050AEWR 3000 ns� 3-5" Slumn; 3-6% Air 9/9/2022 32 13 20 Mix Des� Amrize/ Holc�m 7261 3000 ns� 3-5" Slumn; 3-6% Air 9/23/2024 32 13 20 Mix Des� Amrize/ Holcim 5177 3000 ns� 3-5" Slumn; 3-6% Air 5/R/2025 32 13 20 Mix Des� Amrize/ Holcim 530WA-T7 3000 ns� 3-5" Slumn; 3-6% Air 4/7/2023 32 13 20 Mix Des� Liquid Stone C301D 3000 ns� 3-5" Slumn; 3-6% Air 9/9/2022 32 13 20 Mix Des� Martin Marietta R2736274 3000 ns� 3-5" Slumn; 3-6% Air 9/9/2022 32 13 20 Mix Des�gn Martin Marietta R2736074 3000 ns� 3-5" Slumn; 3-6% Air 4/7/2023 32 13 20 Mix Desfgn Martin Marietta R2736M4 3000 psI 3-5" Slump; 3-6% Air 6/7/2023 32 13 20 Mix Desfgn Martin Marietta R2736R20 3000 psI 3-5" Slump; 3-6% Air 6/7/2023 32 13 20 Mix Desfgn Martin Marietta R2736N20 3000 psI 3-5" Slump; 3-6% Air 77/2/2022 32 13 20 Mix Desfgn Martin Marietta R2747K24 4000 psI 3-5" Slump; 3-6% Air 4/7/2023 32 13 20 Mix Desfgn Martin Marietta R2736K74 3000 psI 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desfgn Martin Marietta R2737374 3000 psI 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desfgn Martin Marietta R2732274 3000 psI 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desfgn Martin Mazietta D9490SC 3000 psI 3-5" Slump; 4.5-7.5% Air 5/9/2025 32 13 20 Mix Deslgn Mar[in Marietta R2736R74 3000 psI 3-5" Slump; 3-6% Air 70/4/2023 32 13 20 Mix Design NBR Read/v Mfx CLS A-YY 3000 psI 3-5" Slump; 3-6% Air 70/4/2023 32 13 20 Mix Desfgn NBR Reatly Mix CLS A-NY 3000 psI 3-5" Slump; 3-6% Air 7/70/2023 32 13 20 Mix Desfgn Osburn 30ASOMR 3000 psI 3-5" Slump; 3-6% Air 7/78/2023 32 13 20 Mix Desfgn Rapid Redi Mix RRM5020A 3000 psI 3-5" Slump; 3-6% Air 7/24/2023 32 73 20 Mix Design Rapid Redi Mix RRM5525A 3W0 psI 3-5" Slump; 3-6% Air 70/24/2024 32 13 20 Mix Desfgn SRM Concrete 30R50 Wi[h 20% Fly Ash 3000 psI 3-5" Slump; 3-6% Air 70/24/2024 32 13 20 Mix Desfgn SRM Concrete 30350 3000 psI 3-5" Slump; 3-6% Air 70/18/2024 32 13 20 Mix Design SRM Concrete 30050 Wi[h 20% Fly Ash 3000 psI 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A 3000 psI 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete CP5020A 3000 psI 3-5" Slump; 3-6% Air 70/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A 3000 psI 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5525A2 3000 psI 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Desi�n Titan Ready Mix 3020AE 3000 psI 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tme Grit Redi MIx 0250230 3000 psI 3-5" Slump; 3-6% Air 9/9/2022 32 13 20 Mix Design Tme Grit Redi MIx 02502301 3000 psI 3-5" Slump; 3-6% Air Class CIP (Inlets, Manholes, Junction Boxes, Encasement, Blocldng, Collars, (Spread Footing Pedestal Pole Foundations (Reference Detail 34 41 10-D605A) 9/9/2022 32 L3 L3 Mix Des�i American Concrete Company 40CNF065 4000y s� 3-5" Slump; 0.3% Air 9/9/2022 32 L3 L3 Mix Des�i Durnco Texas 40U500[3G 4006y s� 3-5" Slump; 3-6% Air 4/28/2025 32 L3 20 Mix Des�i Chisholm Trail Redi M�x CT6020A 3606y s� 3-5" Slump; 3-6% Air 4/28/2025 32 L3 20 Mix Des�i Chisholm Trail Redi M�x CTFW5520A 360by s� 3-5" Slump; 3-6% Air 4/28/2025 32 L3 20 Mix Des�i Chisholm Trail Redi M�x CTFW6020A 4006�s� 3-5" Slump; 3-6% Air A/4/2025 32 L3 20 Mix Des� Chisholm Trail Recli Mix CTFW5020A f 3000 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 L3 L3 Mix Des� Cow Town Redi Mix 255-2 3000 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 L3 L3 Mix Des� Cow Town Redi Mix 355 3000psi 3-5" Slump; 3-6% Air 9/9/2022 32 L3 L3 Mix Des� Cow Town Redi Mix 255 3500 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 L3 L3 Mix Des� Cow Town Redi Mix 27U 5000 ps� 3-5" Slump; 3-6 % Air 9/9/2022 32 L3 L3 Mix Des� Cow Town Redi Mix 37U 5000psi 3-5" Slump; 3-6% Air 9/9/2022 32 L3 L3 Mix Des� Cow Town Redi Mix 353 3000psi 3-5" Slump; 3-6% Air 9/9/2022 32 L3 L3 Mix Des� Cow Town Redi Mix 257 3600 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 L3 L3 Mix Des� Cow Town Redi Mix 357 3W0psi 3-5" Slump; 3-6% Air 5/7/2025 32 L3 L3 Mix Des� Cow Town Redi Mix 265-42 4200 psi 3-5" Slump; 3-6 % Air 2/7/2025 32 L3 L3 Mix Des� Amrize/ Holcim 17UI 4000 psi 3-5" Slump; 3-6% Air 2/7/2025 32 L3 L3 Mix Des� Amrize/ Holcim I551 3000 psi 3-5" Slump; 3-6 % Air 9/9/2022 32 L3 L3 Mix Des� Amrize/ Holcim 54U9 4000 psi 3-5" Slump; 3-6 % Air 8/14/2025 32 L3 L3 Mix Des� Amrize/ Holcim 54UWA-Tl With 20% FLy Ash and 30% Slag 4000,ps� 3-5" Slmnp; 3-6% Air 4/27/2023 32 L3 L3 Mix Des� Liquid Stone C36LDNFA 3600,ps� 3-5" Slmnp; 3-6% Air 9/9/2022 32 L3 L3 Mix Des� Martin Marietta R2141230 4000 ps� 3-5" Slmnp; 3-6 % Air 8/4/2023 32 13 13 Mix Des� Martin Marietta R2141 R24 4000 psi 3-5" Slmnn; 3-6% Air I I/20/2023 32 13 13 Mix Des�Kn Martin Marietta R2146R33 4000 psi 3-5" Slump; 3-6% Air I I/20/2023 32 13 13 Mix Design Martin Marietta R2146K33 4000 psi 3-5" Slump; 3-6% Air '.-"�' � CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 ...crr con�rere (cr,n�tnue.� 9/9/2022 32 13 13 Mix Des�n Me�tiu Manetta R2142233 9/9/2022 32 13 13 Mix Des�n Me�tiu Manetta R2136224 9/9/2022 32 13 13 Mix Des�n Me�tiu Manetta R2141233 9/9/2022 32 13 13 Mix Des�n Me�tiu Manetta R2146038 10/2A/2024 32 13 13 Mfx Des� Me�tf� Manetta R2146K34 5/5/2025 32 13 13 Mfx Des�Kn Me�tf� Manetta R2146R35 5/5/2025 33 13 13 Mfx Design Mertf� Manetta R2746K35 5/5/2025 33 13 13 Mfx Design Mertf� Manetta R2746N33 9/12/2023 32 13 13 Mfx Design NBR Ready Mix CLS PI-YY 9/9/2022 32 13 73 Mix Design NBR Ready Mix TX C-YY 9/9/2022 32 13 13 Mix Design NBR ReadY Mix TX C-NY 1/lR/2023 32 13 13 Mix Design Ram�1 Red� Mix RRM5320A 1/lR/2023 32 13 13 Mix Design Ram�1 Redi Mix RRM6020ASS 10/24/2024 32 13 13 Mix Design SRM Concrete 40350 10/24/2024 32 13 13 Mix Design SRM Concrete 40R50 9/16/2024 32 13 13 Mix Design SRM Concrete 35050 4/2ft/2025 32 13 13 Mix Design SRM Concrete 36R50 9/9/2022 321313 MfxDesign Terra�tCo�c�ete FW5320A 10/10/2022 321313 MixDesign TarrantConcrete TCFW6025A2 Class C(Drilled Shaf't for Trafiic Sjgpal Pole Foundations Reference Detail 31 41 10-D605) 9/9/2022 32 13 13 Mix Dcsign Bumco Tcxas 36USOOBG 6/21/2023 32 13 13 Mix Dcs�gn Cow Town Rcd� Mix 360.DS 10/30/2024 32 13 13 Mix Dcs�gn 8shada Rcady Mix R36575A8WR 9/II/2025 321313 MixDcs�gn GonzalczBrothcrs P6020LA 12/5/2022 32 13 13 Mix Dcs�gn Amrizd Ilolcim 1822 9/9/2022 32 13 13 Mix Dcs�gn Amrizd Ilolcim 1859 4/7/2023 32 13 13 Mix Dcs�gn Liquid Smnc C361DIIR 6/27/2023 32 13 13 Mix Dcs�gn Martin Manctta U2 L46N41 6/27/2023 32 13 13 Mix Dcs�gn Martin Marictta U2 L46K45 5/9/2025 2 13 13 Mix Dcs�gn Martin Marictta U2 L46R41 8/221202A 32 13 13 Mix Dcs�gn NBR Rcady M�x 135K2524 8/22/202A 32 13 13 Mix Dcs�gn NBR Rcady M�x 135K0524 Class C(Headwalls, WinQ walls, Culverts) 9/9/2022 32 13 13 Mix Dcs�gi Cardcr Conorctc FWCC602001 9/9/2022 32 13 73 Mlx Des�n Clry Conc�ete ComPany 40GA207 I 9/9/2022 32 13 13 Mix Desfy�n Cow Town Redi M�x 260-2 9/9/2022 32 13 13 Mix Desi�nn Cow Town Redi Mix 360-1 9/9/2022 32 13 13 Mix Desi�nn Cow Town Redi Mix 260-1 8/71/2025 32 13 13 Mix Desi�nn Cow Town Redi Mix 275 Wi[h 20% Fly Ash 8/71/2025 32 13 13 Mix Desi�nn Cow Town Redi Mix 375 7/29/2024 32 13 13 Mix Desi�nn Estrada Ready Mix R3655AEWR 9/9/2022 32 13 13 Mix Desi�nn GCH Concrete Suvices GCH4000 4/7/2023 32 13 13 Mix Desi�nn Martin Marietta 310LBP 8/30/2023 321313 MixDesi�nn MartinMarietta R2747R30 9/9/2022 32 13 13 Mix Desi�nn Martin Marietta R2746035 9/9/2022 32 13 13 Mix Desi�n SRM Concrete 40050 9/9/2022 32 13 13 Mix Desi�n SRM Concrete 35022 Wi[h 20% Fly Ash 9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A2 Class P (Machine Placed Pavin ) 4/3/2025 32 13 13 Mix Desi�nn B��own Concrete 451 I 4/3/2025 32 13 13 Mix Design Big Town Concrete 441 I 6/30/2025 32 L3 L3 Mix Design Big Town Concrete 521 I Wi[h 20% Fly Ash 6/30/2025 30 L3 L3 Mix Desi�nn Big Town Concrete 521 l3 Wi[h 30% Slag 6/30/2025 30 L3 L3 Mix Desipn Big Town Concrete 531 l 9/30/2025 30 L3 L3 Mix Desiyn Bucnco Texas 40U553BG Wi[h 20% Fly Ash 9/9/2022 32 L3 L3 Mix Desipn Cnrder Concrete FWCC552091 9/9/2022 32 L3 L3 Mix Desipn Cnrder Concrete FWCC602091 9/9/2022 32 L3 L3 Mix Desipn Ciry Concrete Compa�ry 36LA201 l 9/9/2022 33 L3 L3 Mix Desipn Cow Town Redi Mix 257-M 1 UL4/2022 32 L3 L3 Mix Desipn Cow Town Redi Mix 357-M 9/9/2022 32 L3 L3 Mix Desipn Cow Town Redi Mix 260-M 9/9/2022 32 L3 L3 Mix Desipn Cow Town Redi Mix 360-M 2/6/2024 32 L3 L3 Mix Desip,tn 8shnda ReadXMix TD3655A8WR 5/20/2025 32 L3 L3 Mix Desi�nn Gilco Conteacting Inc 36MP 1643 6/20/2025 32 L3 L3 Mix Desi�n Gilco Conteacting Inc 36MP L629 7/29/2025 32 L3 L3 Mix Design Gilco Conteacting Inc 36MPL655 Wi[h 20% Fly Ash 7/29/2025 32 13 13 Mix Design 611co Contrnoting Ino 36M21670 5/l2/2025 32 13 13 IvHx Design Amri�e/ Holdm 7703 70/3/2025 32 13 13 Mix Design Amrize/ Holcim 5405 Wi[h 20% FLy Ash 8/4/2023 32 13 13 Mix Design Mnrtin Manetta Q2747 R27 7 U2/2022 32 13 13 Mix Design Mnrtin Marietta Q2747 K30 � 3600 psi 3600 psi 3600 psi 4500 ptii 4000 Ptii 4000 Ptii 4000 nsi 4000 nsi 4000 nsi 3000 nsi 3000 nsi 3000 nsi 4000 nsi 4000 nsi 4000 nsi 3500 psi 3600 nsi 3000 nsi 4000 nsi 3600 psi 3600 ps� 3600 ps� 3600 ps� 3600 ps� 4000 ps� 3600 ps� 3600 ps� 3600 ps� 3600 ps� 3600 ps� 3600 ps� 4000 ps� 4000 psi 3600 psI 3600 psi 3600 psi 5000 psi 5000 psi 3600 psi 4000 psi 3600 psi 4000 psi 4000 psi 4000 psi 3600 psi 4000 psi 3600 psi 3600 psi 4000 psi 4000 psi 4000 psi 4000 psi 3600 psi 4000 psi 3600 psi 3600 psi 3600 psi 4000 psi 4000 psi 3600 psi 3600 psi 3600 psi 3600 psi 3600 Usi 4000 Usi 4000 Usi 4000 Usi 4000 Usi 3-5" Slumn; 4.SJ.5% Air 3-5" Slmnn; 3-6% Air 3-5" Slmnn; 3-6% Air 3-5" Slmnn; 3-6% Air 3-5" Slmnn; 3-6% Air 3-5" Slmnn; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slumn; 3-6% Air 3-5" Slumn; 3-6% Air 5.5-75" Slump; 3-6% Air 55-7.5" Slump; 3-6% Air 55-7.5" Slump; 3-6% Air 55-7.5" Slump; 3-6% Air 55-7.5" Slump; 0-3% Air 55-7.5" Slump; 3-6% Air 55-7.5" Slump; 3-6% Air 5-7" Slump; 3-6% Air 5-7" Slump; 3-6% Air 5-7" Slump; 3-6% Air 55" Slump; 3-6% A�c 55" Slump; 3-6% A�c 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 46" Slump:3-6% Air 46" Slump:3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 4-7% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 13" Slump; 3-6% Aic 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 13" Slump; 3-6% Air 13" Slump; 3-6% Air 13" Slump; 3-6% Air 13" Slump; 3-6% Air CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 ...c1a.�.� r con�rere (cr,nhnue.� 5/5/2025 32 13 13 Mix Design Mnrtin Manetta 70/4/2023 32 13 13 Mix Design NBR Ready Mix 70/4/2023 32 13 13 Mix Design NBR Ready Mix 70/24/2024 32 13 13 Mix Design SRM Concrete 70/24/2024 32 13 13 Mix Design SRM Concrete 9/76/2024 32 13 13 Mix Design SRM Concrete 70/18/2024 32 13 13 Mix Design SRM Concrete 6/5/2025 32 13 13 Mix Dcsign SRM Concrctc �/21/2025 32 13 13 M1x Dcsign OINAOO�A 7/91/2025 39 13 13 M1x Dcsign OINAOO�A 9/9/2022 32 13 13 Mix Dcsign Tarrant Concrctc 9/9/2022 32 13 13 Mix Dcsign Tmc Grit Rcdi Mix 9/9/2022 32 13 13 Mix Dcsign Tmc Grit Rcdi Mix 6/17/2025 32 13 13 Mix Dcsign Tmc Grit Rcdi Mix 6/23/2025 32 13 13 Mix Dcsign Truc Grit Rcdi Mix Class H(Hand Placed Paving. Valley Gutter) 9/9/2022 32 73 13 Mfx Des�n Amencen Co�c�ete Compa�y 5/2/2023 32 13 13 Mix Des�n B� D Concrete 4/3/2025 32 13 13 Mix Des�n B�Towo Concrete 4/3/2025 32 13 13 Mix Des�n B�Towo Concrete 4/5/2025 32 13 13 Mix Des�n B� Towo Concrete 7/76/2025 32 73 73 Mlx Des�gn Big Town Concreta 9/9/2022 32 13 73 Mix Desfgn Burnco Texas 9/30/2025 33 13 73 Mix Desfgn Burnco Texas 9/9/2022 32 13 13 Mix Desfgn Carder Concrete 4/28/2025 32 13 13 Mix Desfgn Chisholm Trail Redi Mfx 9/9/2022 32 13 13 Mix Desfgn Ciry Concrete ComPany 9/9/2022 32 73 73 Mix Desfgn Cow Town Redi M�x 9/9/2022 32 73 73 Mix Desfgn Cow Town Redi Mix 7/29/2024 32 13 13 Mix Desfgn Estrada Ready Mix 9/9/2022 32 13 13 Mix Desfgn GCH Concrete Suvfces 5/20/2025 32 73 73 Mix Desfgn Gilco Contracting Inc 6/20/2025 32 73 73 Mix Desfgn Gilco Contracting Inc 7/29/2025 32 13 13 Mix Design Gilco Cont�acting Inc 70/4/2024 32 13 13 Mix Desfgn Amrize/ Holcim 9/9/2022 32 13 73 Mix Desfgn Amrize/ Holcim 5/8/2025 32 13 73 Mix Desfgn Amrize/ Hocim 4/5/2025 32 13 13 Mix Design Liquid Stone 71/2/2022 32 13 13 Mix Design Martin Marietta 8/4/2023 32 13 13 Mix Design Martin Marietta 71/2/2022 32 13 13 Mix Design Martin Marietta 5/22/2023 32 13 13 Mix Design Martin Marietta 72/22/2023 32 13 13 Mix Design Martin Marietta 72/22/2023 32 13 13 Mix Design Martin Marietta 7 UIS/2022 32 13 13 Mix Design Martin Marietta 7 UIS/2022 32 13 13 Mix Design Martin Marietta 9/9/2022 32 13 13 Mix Design Martin Marietta 9/9/2022 32 13 13 Mix Design Martin Marietta 9/9/2022 32 13 13 Mix Design Martin Marietta 9/9/2022 32 13 13 Mix Design Martin Marietta 9/9/2022 32 13 13 Mix Design Martin Marietta 6/3/2025 32 13 13 Mix Design Martin Marietta ]0/4/2023 32 L3 L3 Mix Desiep NBR Ready Mix ]0/4/2023 32 L3 L3 Mix Design NBR Ready Mix 7/]0/2023 32 L3 L3 Mix Design Osburn 1/24/2023 32 L3 L3 Mix Design Rnpid Redi Mix 2/7/2025 32 L3 L3 Mix Design SRM Concrete 9/9/2022 32 L3 L3 Mix Design SRM Concrete 5/23/2025 32 L3 L3 Mix Desien SRM Concrete ]0/24/2024 32 L3 L3 Mix Design SRM Concrete ]0/24/2024 32 L3 L3 Mix Design SRM Concrete ]0/L8/2024 32 L3 L3 Mix Design SRM Concrete �/2U2025 32 L3 L3 Mix Desigp HINAOO�A 7/2U2025 32 L3 L3 Mix Design SINACOLA 9/9/2022 32 L3 L3 Mix Design Tarrant Concrete 9/9/2022 32 L3 L3 Mix Design Tarrant Concrete 9/9/2022 32 L3 L3 Mix Design Tnrrant Concrete 9/9/2022 32 13 13 Mix Design Titan Rendy Mix 9/9/2022 32 13 13 Mix Design Tme Grit Redi Mix 9/9/2022 32 13 13 Mix Design Tme Grit Redi Mix 9/9/2022 32 13 13 Mix Design Tme Grit Redi Mix 6/72/2025 32 13 13 Mix Design Tme Grit Redi Mix 6/23/2025 32 13 13 Mix Design Tme Grit Redi Mix 70/9/2024 32 13 13 Mix Design Wildcatter Q2747N27 TX C SF-W TX C SF-NY 40068 40825 40025 35023 4032R 240 L I-0OOOMP 20 % 240L I-0OOOMP Shaight Ccmcnt FW5520AMP 0255.2301 02602302 460230M 360230M 45CAF076 CM14520AE 6271 6371 6077 62713 45USOOBG 45U100AG FWCCfi02027 CTFWfi520A 45NA20Ii 2fi5 3fi5 R45fi0AHWR/ GCH4500 45HP1643 45HP1629 45HP1670 5507 7851 545WA-Tl C451D R2746N35 R2746R36 R2746N36 R2746K37 R2746R44 R2746K44 R2746P36 R2746K36 R2747241 R2746236 R2746036 R2746242 R2746042 R2746K43 CLS P2-YY CLS P2-NY 45A60MR RRM6320AHP 45023 45000 45300 45350 45R50 45050 Z4011-4500dP 20% 24011-4500HP Straight Cement FW6020AHP FW60AHP TCFW6020AHP TRC4520 02602301 02652301 27Q230 465.230H 365.230H 4520A] With20% FlyAsh With20% FlyAsh Wich 30% Slag With20% FlyAsh With20% FlyAsh Wi[h30% Slag � 4000 Usi 3600 Usi 3600 Usi 4000 Usi 4000 Usi 4000 Usi 3600 Usi 4000 psi 4000 psi 4000 Usi 3600 Usi 3600 psi 4000 psi 4000 Usi 4000 Usi asoa �s� 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4000 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 psi 4500 Usi 4500 Usi 4500 Usi 4500 Usi 4500 Usi 4500 Usi 4500 Usi 13" Slump; 3-6% Air 13" Slump; 3-6% Air 13" Slump; 3-6% Air 13" Slump; 3-6% Air 13" Slump; 3-6% Air 13" Slump; 3-6% Air 13" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3.Sfi.5% Air 1-3" Slump; 3.Sfi.5% Air 1-3" Slump; 3-6% Air 1-3" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 46% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 4.5-7.5% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3S" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 35-6.5% Air 3-5" Slump; 3-6% Air 3-5" Slump: 3-6% Aic 3-5" Slump: 3-6% Aic 3-5" Slump; 3-6% Air CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 Class HES (High Early Strength Paving) 9/9/2022 32 13 13 �Vlix Design Big D Concrete 74500AE 9/9/2022 32 13 13 Mix Design C�ow 7'own Redi Mix 370-1 NC� 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 9/9/2022 32 13 13 Mix Design Oow 7'own Redi Mix 370-NC l/l 8/2023 32 13 13 IvHx Design Cow Town Redi Mix 380-NC 7/29/2024 32 13 13 Mix Design 6�shnda Randy Mix 4575A830 9/9/2022 32 13 13 M1x Dcsign Amri�d Holclm 2 L25 1/24/2023 321313 M1xDcsign Liquid8tonc C�451DHR�1 4/7/2023 32 13 13 Mix Dcsign Martin Marictta R2161K70 2/10/2023 32 13 13 M1x Dcsign 6RM Concrctc 503 LO 2/7/2025 32 13 13 Mix Dcsign SRM Concrctc 40326 9/9/2022 32 13 13 Mix Dcsign Tarrant Concrctc FW6520AMR 9/9/2022 32 13 13 Mix Dcsign Tarrant Concrctc FW7520AMR Class S(Brid,,�e Slabs, Top Slabs of Direct Traffic Culverts A� proach Slabs) 9/9/2022 32 13 13 Mix Dcsign Cow Town RcAi Mix 260 9/9/2022 32 13 13 M1x Dcsign Cow Town RcAi blix 360 9/9/2022 32 13 13 Mix Dcsign Cow Town RcAi Mix 365-STX 1/29/202R 32 13 13 Mix Dcsign Eshada Rcady Mix R4060AEWR 5/3/2023 32 13 13 Mix Dcsign Martin Marictta M7842344 4/1/2023 32 13 13 Mix Dcsign Martin Marictta R2146P33 8/18/2025 32 13 13 Mix Dcsign Martin Marictta 6LOLBT 4/I S/202A 32 13 13 Mix Dcs�gn NBR Rcady M�x TX S-NY 4/I S/202A 32 13 13 Mix Dcs�gn NBR Rcady M�x TX S-W 4/5/2025 32 13 13 Mix Dcs�gn SRM Conarctc 40850 4/5/2025 32 13 13 Mix Dcs�gn SRM Concrctc 40350 5/5/2023 32 13 13 Mix Dcs�gn SRM Concrctc DI00008553CB Concrete Base Trench Repair 4/7 /2023 03 34 16 Mix Design Burnco Texas 10YH50BF 9/9/2022 03 34 16 Mix Desfgn Burnco Texas 08Y450BA 033741h MixDesfgn MartinMarietta YN870007 Controlled Low Strength Material (Flowable Fill) 2/7/2025 03 34 13 Mix Dcs�gn Burnw Tcxas OLY690BF 5/19/2025 033413 MixDcs�gn BurnwTcxas OLZ180AF 9/9/2022 03 34 13 Mix Dcs�gn Cardcr Conorctc FWCC359101 9/9/2022 03 34 13 Mix Dcs�gn Cardcr Conorctc FWFF237501 8/4/2025 0334L3 MixDes�gn ChisholmTrailRedfM�x CTISOFF 9/9/2022 03 34 L3 Mix Des�g�i City Conarete Company I I-350-FF 9/9/2022 03 34 L3 Mix Des��,m Cow Town Red� Mix 9 9/9/2025 03 34 L3 Mix Des��,m Cow Town Red� Mix 10 5/1212025 03 34 L3 Mix Des��,m Amrize/ Holcim 374L 8/4/2025 03 34 L3 Mix Des��,m Amrize/ Holcim 901 8/14/2025 03 34 L3 Mix Des��,m Amrize/ Holcim 904 9/1 U2025 03 34 L3 Mix Des��,m Martin Marietla FLOW25A 10/4/2023 03 34 L3 Mix Des��,m NBR Ready M�x FTW FLOW FILL 2/7/2025 03 34 L3 Mix Des��,m SRM Concrete 910 9/9/2022 0334L3 MixDes�g�i 7arrantConorei.e FWFFISOCLBM Concrete RiP Ra� 4/7/2023 37 37 00 Mix Design Martin Marietta R2747030 4/7/2023 �373700 �MixDesign �MartinMarietta �R2746033 9/9/2022 9/9/2022 9/9/2022 Si 1 i2024 9/9/2022 9/9/2022 4 4i2025 12/5/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 4i 1 i2024 9/9/2022 9/9/2022 9/9/2022 9/9/2022 4/7/2023 10/16/2025 10/16/2025 Asphalt Paving 32 �i L6 Mix�esign 32 L2 L6 Mix Design 32 L2 L6 Mix Design 32 L2 L6 Mix Design 32 L2 L6 Mix Design 32 L2 L6 Mix Design 32 L2 L6 Mix Design 33 L2 L6 Mix Desien 32 L2 L6 Mix Design 32 L2 L6 Mix Design 32 L2 L6 Mix Design 32 L2 L6 Mix Design 32 L2 L6 Mix Design 32 L2 L6 Mix Design Detectable Warning Surface 32 13 20 DWS - Pavers 32 13 20 DWS - Pevers 32 13 20 DWS - Comn�}ite 32 13 20 DWS - Comn�}ite 32 13 20 DWS - Pevers 32 13 20 DWS - Pevers 32 13 20 DWS - Pevers Austin Asphalt Austin Asphalt Austin Asphalt Reynolds Asphalt Reynolds Asphalt Reynolds Asphalt Reynolds Asphalt Sunmount Paving Sunmount Paving TXBIT TXBIT TXBIT TXBIT TXBIT Pine Hall Brick (Winston Salein, NC) Wutern B�ick Co. (Housloq TX) ADA Solutions (WilminKton, MA) ADA Solutions (WilminKton, MA) EQUALTILH EQUALTILH Wrth20% FlyAsh FT5B1 L7965 FT5B117965 PG64-22 Type B Fine Base FT1B739965 FTIB739965PG64-22TypeBFineBase FT1B717.2 FTIB7171PG64-22TypeBFineBase 340-DG-B P 340-DG-B PG64-22 Type B Base Course 1112B 1 l 12B PG64-22 Type B Fine Base 1612B 1612B PG64-22 Type B Fine Base 2315B 2315B PG64-22 TyUe B Fine Base 3076BV6422 3076BV6422 PG62-22 Type B Fine Base 341-BRAP6422ERG 341-BRAP6422E2G PG64-22 Type B Fine Base 37-211305-20 37-211305-20 PG64-22 Type B Fine Base 44-211305-17 44-211305-17 PG64-22 Type B Fine Base 211305 (1757) 211305 (1757) PG64-22 TyUe B Fine Base 64-224125-18 PG 64-224125-18 PG70-22 TyUe D Fine Surface 344 MAGSP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fme Su�Eace Tactile Pavers Detectable Warnin� Pavers Armor Tile Herita�e Briok CIP Comn��site Paver Detectable Warnin� Pavers EqualTile Brick Pattern Wet-Set Renlaceable EquelTile Cast-In-Place Repincenble 4500 Usi 4500 Usi 5000 Usi 4500 Usi 4500 Usi 4500 psi / 3000 psi (� 3 days 5000 Usi 4500 psi 6000 psi / 3000 psi (�J 24hr. 5000 Usi 4500 psi / 3000 psi (� 3 days 4500 psi / 3000 psi (� 3 days 4500 psi / 3000 psi (� 3 days 4000 Usi 4000 psi 4000 psi 4000 Usi 4000 Usi 4000 Usi 4000 psi 4000 ps� 4000 ps� 4000 ps� 4000 ps� 4000 ps� 1000 psi R00 psi �so ns� 100 psi 100 psi 50-I50 psi 50-I50 psi 50-I50 psi 50-I50 psi 70 psi Mm 50 psi 100 psi 100 psi I50 psi I50 psi I50 psi I50 psi 50-I50 psi 4000 psi 4000 psi 3S" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3S" Slump; 3-6% Air 3S" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 46" Slump; 3-6% Air 3-5" Slump; 4.5-ZS% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air Flowable; 8.5-I I.5% Afr 5-7" Slump; 3-6% Air 8-12" Slump; 5-10% Air Flowablc; 95-I IS% A�c Flowablc; 95-I I S% A�c 3-5" Slump; 8-12% A�c Flowablc; 85-I IS% A�c Flowable; 7-9.0% A�c Flowable; 8-12% A�c 7-9" Slump; 8-I I% A�c Min 9" Slump; 10-20 % A�c Flowable; 120.24.0% Air 9-1I" Slump; 10-30% A�c 9-1I" Slump; 10-30% A�c 8"-12" Slump; 10% Air 7-10" Slump; 8-12% Air Flowable; 8-12% A�c Flowable; 8-12% A�c 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air � FORT WORTH�� CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT "'�" STANDARD PRODUCTS LIST AS OF 10/31/2025 T !! Attention: �iix Uesi��ns Ao not sa ersede CI�N' S ecitications !! ...... ' ........ 1 1 i Silicone Joint Sealant 9'9� 2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant 9'9� 2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint Sealant 9'9� 2022 32 13 73 Joint Sealant Pecora 300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant 9/9/2022 32 13 73 Joint Sealant Crnfco RondSaver Silicone RoadSaver Silicone - Cold ApplieA, Single Componeut, Silicone Join[ SealanC Utiti� Trench Embedment Sand 9/9/2022 33 OS I EmbcAmcnt Sand Silvcr Crcck Matcrials Utiliry Embcdmcnt Sand 9/9/2022 33 OS 10 EmbcAmcnt Sand Crouch Matcrials Utiliry Embcdmcnt Sand 9!9�'2022 33 OS 10 Embcdmcn[ Sand F and L Dirt Movcrs U[ility Embcdmcnt Sand 9!9�'2022 33 OS 10 Embcdmcn[ Sand F and L Dirt Movcrs U[ility Embcdmcnt Sand 9/9/2022 33 OS 10 EmbcAmcnt Sand Tin Top Mnrtin Macictla Utiliry Embcdmcnt Sand Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-OS-13 9/28/2018 33 OS 13 Manhulc I'ramcs end Covcr•, AccuCan� ((;ovind Smcl Coinpany, LTD) MHRC u220605 VIHRC #220605 (Sizc- `*24" Dia.) 9/28/2018 330513 ManholcCovcr NccnahFoundry NF-7274T91 NF-1274-T91(Sizc-32"Dia.) 9/28/2018 33 OS 13 Manholc Framcs and Cov� Nccnah Foundry NF-7743-LM (Hingnl) NF-1743-LM (Hingcd) (Sizc- 32" Dia.) 9/28/2018 33 OS 13 Manholc Framc Nccnah Foundry NF-7930-30 NF-1930-30 (Sizc- 3225" DiaJ 9/28/2018 33 OS 13 Manholc Framcs and Cov� Nccnah Foundry R-7743-HV R-1743-HV (Sizc-32" Dia.) 4/3/2019 33 OS 13 Manholc Framcs and Cov� SIP Industrics ++ 2279ST 2279ST (Sizc- 24" DiaJ 4/3/2019 33 OS 13 Manholc Framcs and Cov� SIP Indushics ++ 22ROST 2280ST (Sizc- 32" DiaJ 10/8/2020 33 OS 13 Manholc Framcs and Cov� EJ ( Formnlly East Jordon Iron Works) E71033 Z2/A EJI033 Z2/A (Sizc- 3225" Dia.) 3/8/2024 33 OS 13 Curb Inlct Covas SIP Indush�cs ++ 2296T 2296T (Siu- ***2A" Dia.) 6/18/202A 33 OS 13 Curb Inlct Covas SIP Indush�cs ++ 2279STN 2279STN (Sizc - 2R" Dia.) "Nnte: Al/ new Aeveloprnent a��d ��ew ir�s[a/[atinn n�ar�ho[e /ids.vhal[ neeet the miniireum 30-inch opening requirement as speci/Ied ii� Ci[�� Specifica[ion 33 0513. Any.vnea[ler opening.siyev wi/1 nn/y be ol/owed fnr existing n�ai�hole.vlha[ reqnire rep[aceireentf}ames ond cnvers. ioisizozo 10/8/2020 10/8/2020 10/8/2020 10/8/2020 10/8/2020 10/8/2020 10/8/2020 10/8/2020 10/8/2020 3LI9/20?l 3/�9/202� 3/�9/202� 3/�9/202� 3/�9/202� 3/�9/202� 3LI9/20?l 3LI9/20J1 1 3/�9/202� 3LI9/20?l 3LI9/20?l 3/�9/202� 3/�9/202� 3/�9/202� 3/l9/2021 3/l9/2021 3/l9/2021 3/l9/2021 3/l9/2021 3/l9/2021 3/l9/2021 A/28/2023 A/28/2023 A/28/2023 A/28/2023 A/28/2023 xi2aizo� xiasizoza xiasizo� Storm Sewer - Inlet & Structures 33-OS-13 33 49 20 Curb Inlcr. Fontcrra 33 49 20 Curb Inlcts Fmitcrra 33 49 20 Curb Inlcts Fmitcrra 33 49 20 Curb Inlcts Fmitcrra 33 39 20 Manholc Fmitcrra 33 39 20 Manholc Fmitcrra 33 39 20 Manholc Fmitcrra 33 39 20 Manholc Fmitcrra 33 39 20 Manholc Fmitcrra 33 39 20 Manhole Fmuerra 33 49 20 Curb inlels Thompsmi P�e Group 33 49 20 Curb inlels Thompsmi P�e Group 33 49 20 Curb inlels Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompsmi P�e Group 33 39 20 Manhole Thompson P�e Group 33 39 20 Manhole Thompson P�e Group 33 39 20 Manhole Thompson P�e Group 33 39 20 Manhole Thompson P�e Group 33 49 20 Drop Inlet Thompson P�e Group 33 49 20 Drop Inlet Thompson P�e Group 33 49 20 Drop Inlet Thompson P�pe Group 33 49 LO Manhole Oldcastle 33 49 LO Manhole Oldcastle 33 49 LO Manhole Oldcastle 33 49 LO Manhole Oldcastle 33 49 LO Manhole Oldcastle 33 49 LO Manhole Oldcastle 33 49 LO Manhole Oldcastle 33 49 LO Menhole Rinker Materiale FRT-IOx3-405-PRECAST** (Sizc- 10' X 3') FRT-IOx3-406-PRECAST** (Sizc- 10' X 3') FRT-IOx4.5-407-PRBCAST** (Sizc- 10' X 45') FRT-IOx4.5-420-PRBCAST** (Sizc- 10' X 45') FRT-4X4-409-PRBCAST-TOP (S�zc- 4' X 4') FRT-4X4-409-PRBCAST-BASE (S�u- 4' X 4') FRT-SXS-410-PRBCAST-TOP (S�zc- 5' X 5') FRT-SXS-410-PRBCAST-BASE (S�u- 5' X 5') FRT-6X6-41 LPRBCAST-TOP (S�zc- 6' X 6') FRT-6X6-41 LPRECAST-BASE (S�ze- 6' X 6') mra-�ox�-aos-PR� T l�.�T" (s;�e- io� x a� rrc-isx3-aos-Pf�P� T l�'�T`* (s,�e- is� x a�� TPG-20X3-405-�R8 "� l�LE ** (Size - 20' X 7') i'PG-4X4-409-PRECA T"IOP Size - 4' X 4'1 TPG-4X4-409-PRECAST 6AS6 �Size - 4' X d' TPG-4X4-412-PRECAST 4F'I RISER (Size-�' X 4� T24-SXS-410-2R8CA87"IOe (BPme - 5' X 5'� 'PPa-SXS-410-PR8(lAH7' 6A9Fv {Bfine - 5' X 5'} TPG-SXS-412-PRECAST 5-F'I RISER (Size- 5' X 5') T24-6X6-41 L2R8CABm 70Q Lg��e - 6' X 6'� T24-6X6-41 L2R8CABm 6A9Fv {Bime - 6' X 6'1 TPG-6X6-412-PRECAST 6-F'I RISER (Size- 6� X 6') TPG-7X7-41 I-PRECAST'IOP (Size - 7' X 7'� TPG-7X7-411-PRECAST6AS6 r\Size-7'X7'1 TPG-7X7-412-PRGCAST 4F'I RISCR (Size- 7' X 7') TPG-8X8-41 I-PRGCAST'IOP (Size - 8' X 8'� TPG-8X8-41 I-PRGCAST BASG Size - 8' X 8'l TPG-8X8-412-PRGCAST 5-F'I R�CR (Size- 8' X 8') TPG-4X4-4U8-PRGCAST INLG'I (Size- 4' X 4'� TPG-SXS-4U8-PRGCAST INLG'I (Size- 5' X 5� TPG-6X6-4U8-PRGCAST INLG'I (Size- 6 X 6') Precast 4' x 4' Stacked Manhole (Size - 4' X 4'l Precast S x 8' Storm Junction Box Size - S X 8') Precast 4' x 4' Storm Junction Box Size - 4' X 4�) Precast S x 5' Storm Junction Box �Size - S X 5�) Precast 6 x 6' Storm Junction Box (Size - 6 X(i'� Precast 8' x 8' Storm Junction Box Base r1Size - 8� X 8'� Precast S x 8' Storm Junction Box Baee (Size - S X 8') Rein{orced 48" Diameter Spread FootinR Manhole (Size- 4' X 4') ASTM DSR93 ASTM D5893 ASTM D5893 ASTM D5893 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM A4R AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A48AASHTO M306 ASTM A536 AASHTO M306 AS'IM A48 AASIITO M306 AS'IM A48 AASIITO M306 ASTM C913 AS7 M C913 AS'IM C913 AS'IM C913 AS'IM C913 AS'IM C913 AS'IM C913 AS'IM C913 AS'IM C913 AS IM C913 ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIMGIS ASIM(IS ASIM(IS ASIM(IS ASIM(IS ASIM(IS ASIM(IS ASIM(IS ASIM C478 ASIM C478 ASIM C478 ASIM C478 ASIM C478 ASIM C478 ASTM C47R ASTM C433 � CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 10/31/2025 ....Stnrm Sewer-In[et & Shuctures Continues 8/28/2023 33 39 20 Curb Inlat 10'x 3' Riser Thompeon Pipe 6roup Inlat Riea� (9iza - 3 FT) 8/28/2023 33 39 20 Curb Inlat 15 'x 3' Riser Thompeon Pipe 6roup Inlat Riea� (9iza - 3 FT) 8/28/2023 33 39 20 Curb Inlat 20' x 3' Riser Thompeon Pipe 6roup Inlet Rise� (9iza - 3 FT) 7/72/2024 33 49 20 DroU ���let AmeriTex Pipe &Products Dcop Inlet (4' X 4') 7/72/2024 33 49 20 DroU ���let AmeriTex Pipe &Products Dcop Inlet (5' X 5') 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Produc[s Precas[ 4'x4' S[ocm Junction Box 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Produc[s Precas[ 5'x5' S[ocm Junction Box 1/19/202R 33 49 20 Manholc AmcriTcx Pipc &Products 5' Peccast Transition MH (4' MH on thc top of 5' JB) 1/19/202R 33 49 20 Manholc AmcriTcx Pipc &Products Prccast 6'xb' Storm Junction Box 1/19/202R 33 49 20 Manholc AmcriTcx Pipc &Products 6' Peccast Transition MH (4' MH on thc top of 6' JB) 1/19/202R 33 49 20 Manholc AmcriTcx Pipc &Products Prccast 8'x8' Storm Junction Box 1/19/202R 33 49 20 Manholc AmcriTcx Pipc &Products 8' Peccast Transition MH (4' MH on thc top of 8' JB) 1/19/202R 33 49 20 Manhulc AmcrfTcx Pipc &Producn Typc C Storm Drain Mnnholc on Box (4' MH on thc top of RCB) 7/16/2024 33 49 20 Curb Inlcrs AmcrfTcx Pipc &Producn IOx3 Prccast*` (Sizc 10' x 3� 7/16/2024 33 49 20 Cucb Inlata AmeuTax Clpa &Producta 15x3 P�ecast*� (Size I S' x 3') **Note: Pre-cas� inlen rsre erpproved for the siage [ portion ufthe s(n�cture (basin) orcty. Slage ll pmtion of�lee smuclure are required to be �ast inp/are. No erceptiorcs to Ihis requirenren� s/ra/! be a/(owed. Storm Sewer - Pipes 8L Boxes 33-OS-13 4/9/2021 33 41 13 Srorm Drain Pipcs Advancnl Draineec Sysicros, Ina (ADS) 8/28/2023 33 41 10 Storm Drain Pipcs Rinkcr Matcrials 8/28/2023 33 41 10 Cnlvcrt Box Rinkcr Matcrials 10/12/2023 33 41 10 Storm Drain Pipcs AmcriTcx Pipc &Prodacta 10/12/2023 34 41 10 Culvcrt Box AmcriTcx Pipc &Products 10/18/2023 35 41 10 Storm Drain Pipcs Thc'I'umcr Co. 10/18/2023 33 41 10 Culvcrc Bnx Thc'I'umcr Co. 4/12/202A 33 41 10 Storm Drain Pipcs Thompsmi Pipc Group 6/25/202A 33 41 10 C�Ivcrt Box Oldcastic 6/25/202A 33 41 10 6mcm Dcaln Flpes OldcaeHa ADS HP Storm Polyproovlcnc (PP) Pioc (Sizc - 12" - 60") Rciufocccd Concrctc PipcTong�c and Groovc Jomt Pipc (Sizc-21" oc lacgcr) Rcinfocccd Conactc Box Culvcrt (Su- Various) Rcinfocccd Concrctc Pipc"I'on,Guc and Groovc Jomt Pipc* (Sizc- I S" or Iar,Gcr) Rcinfocwd Concrctc Box Culvcct (s�u- Vario�s)) Rcinfocwd Concrctc Pipc"I'onguc and Groovc Jomt Pipc* (Sizo- I S" or Iar,Gcr) Rcinfocwd Concrctc Box Culvcrt (a�u- Vario�s) Rcinfocwd Concrctc Pipc"I'on,G�c and Groovc Jomt Pipc* (Sizc Ve�ious) Rcinfocwd Concrctc Box Culvcct Rcinfocwd Concrctc Pipc"I'on,G�c and Groovc Jomt Pipc* (Sizc Ve�ious) Revision Comments Q-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (43-2025) Bigtoum Concrete updated Mix ID's (4-5-2025) 03 34 73 CLSM specftication ASTM C913-L6 ASTM C913-L6 ASTM C913-L6 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 AS7M C913 ASTM F2RR7 & AASHTO M330 ASTM C76, C655 ASTM C789, C850 AS'IM C76, C506 AS'IM C 1433,C I577 AS'IM C76, C506 ASTM C7433,C1577 AS'IM C76, C506 AS'IM C 1433,C I577 AS'IM C76, C506 �