Loading...
HomeMy WebLinkAbout063996-PM1 - Construction-Related - Contract - Blackland Partners, LLC, and Venus Construction CompanyCSC No. 63996-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 � 00 42 43 Proposal Form Unit Price Combined (Pages 7-9) 00 00 00 Agreement — Developer (HPIMF Bonds Lands MF1 DFW005, LP) and GC (Blackland Partners, LLC) (Pages 10-138) � 00 00 00 Escrow Agreement (Pages 139-147) � 00 62 13 Performance Bond (Pages 148-150) � 00 62 14 Payment Bond (Pages 151-155) nn i i i� T�.,;..,.:,.� .,, u;aao,-� �� nn � i i� T��..-,,,.�;,.�� .,, u:aao,-� �� 8A-4-�-88 � 00 42 43 Proposal Form Unit Price — Venus (Page 229) nn�� �eHi� nn nc i i u;aao,-� n.-o,,,,.,i;�;,..,�;,.��� �T 00 45 12 Prequaliiication Statement — Venus (Page 241) nn nc i� �;aao.. n..o,,,,,,i;�;,.,,+;,,� n.-,..i:,..,+:,,� 00 45 26 Contractar Compliance with Workers' Compensation Law - Venus (Page 242) 89-4�-48 � ��, ��:`��i^io � 00 00 00 Agreement — Venus (Pages 155-240) 00 61 25 Certificate of Insurance — Venus (Pages 243-268) 00 62 19 Maintenance Bond — Venus (Pages 269-273) gg�gg r�o�o.-.,i r,.�a:�;,,r� gg�gg c„���o�,.or�.,..., r„�a;�:,.�� 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 � nio ��o n,.,.;o,.� raoo�_rn� -.i:_" '_a� � O1 32 33 Preconstruction Video � O1 33 00 DAP 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 � O1 60 00 Product Requirements � O1 66 00 Product Storage and Handling Requirements � O1 70 00 Mobilization and Remobilization � O1 71 23 Construction Staking and Survey Last Revised N/A N/A N/A O1/31/2012 O1/31/2012 � � � � � � � � .. . � . 1 1 �. � � . �. � � . 1• 1 1 � �• � � 04/02/2014 n 4 i��-o N/A 07/O 1 /2011 O1/31/2012 , , �,�� n� in�� O1/10/2013 Last Revised 12/20/2012 08/30/2013 08/30/2013 n� in�T 08/30/2013 08/30/2013 08/30/2013 03/20/2020 07/O l /2011 07/O l /2011 07/O 1 /2011 03/20/2020 04/07/2014 04/07/2014 04/07/2014 CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATiON DOCUMBNTS Page 2 of 5 � O1 74 23 Cleaning � O1 77 19 Closeout Requirements � Ol 78 23 Operation and Maintenance Data � Ol 78 39 Project Record Documents 04/07/2014 04/07/2014 04/07/2014 04/07/2014 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.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 � g�_�g_gg r.,�. r� D�.,,.o r,.�,,..o�o I0� ✓1 1� r„r�,-,.iioa r,... c�,-or,..i, r�r.,.o..;.,i irr cr�r� In��o r�„r,,..o�o u.,�o r�.,+o.-:,,i �,- rr..o�,.�, vo...,;,- I�g ra,.,a;�;,..,�;,.�., .,. �.,;.,�;�,. �,,,�,.ro�o ��,.,,,.�,ro� Division 26 - Electrical � �Frg�gg r„ri.ri.,.� �x�,.,-i, vo�„i�� � .. �io,....:,..,i I���o r�o,.,,,t;�;,,� � ,- �to,..,-;,..,i �.,.,�o,.,., I���� n,,,.o.r ., �,a n,..,o� �,- �io,.�,-;,.,,i �.,.,�o,.,� I���� rr�ao,-,.,-,.,,�a r�,,,.�� .,�a v.,,.o.. ., ��.. �io,,.,-:,..,i c..�.o,,.� I���v EO:S�'SgUSl,,.,�:,..,� T�T„1�: rl,,,.� !'',,,.,l,,:r Division 31- Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation � ,�� � 2 ��ri�-vv �/P!�'Y1I1R�3�'�� 31 25 00 Erosion and Sediment Control �--99 �e�s � ,�o � Division 32 - Exterior Improvements I27�T Do,-,v..,,�.o«.� A �,..l..,l� D.,.,;,�..� Do,�..,;,- I�'��4o To,v...,,.-.,,-.. A �..1..,14 D.,. :,. Do,..,;r I�'i7'LV1Z7 !-'..,-..,.-04o D.,:.:.�,.. D o,..,:.� I27�� L'lo.,;L.lo �.,�o !`,.,,,-.,o., I27�7 T; o T,-o.,40.] �.,�.o (`..,,,-�.o., I�'i�� /ryow.ov.4 Tvon4oa T2nc,o /~l.,,vc,on I�7�T T: ,:,1 T.-o.,40,1 C,.;1 C4.,L.:l;�o.. I���o n �,.i,.,i. n.,. :�,. Last Revised 12/20/2012 12/20/2012 02/02/2016 , � ��� , � ��� i�i�� ,���� , , ��� i�i�� i � i���zo � n� in�n� n� i��� 12/20/2012 O1/28/2013 n i i�o 4�� !11 /7�� 12/20/2012 , � ��� , � ��� 17/7�z 17/7�z 1 'l /7zzr�m�cv-iz 1 'l /7�z 1 � /�r�r�vi�viz 1 � /�r�r�vi�viz n4 i��� i�i�� CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105049 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 I � ��� I � ��Tr� � � ��cr✓-�v � � ��� I� ��v � �''�� I � ��� I � ��L7 � � ��-z�i i� I� ��v I � ��� � � ��-�i i� � � ��� I � 7�� I� �7�T7 n �,.i,.,i. n.,. :,. r,-.,,,i, co.,i.,�.� !-'., o�o D., r�„r,.,-o�o �;ao.r�llla, :�,%"i:,o.�,,,.,� „�,a n,,,-..;o,- �,-o� .lt.'�'�Y4�/1 �'',,,�.,.,-o�o D.,.,;.�.,� T,.;,�.� C`o.,l.,,�.�., �al' TJ:�t tl�`.�g r-�„r,,..o�o r,,,-�. .,ra r�,,.�o..� .,ra ��.,iio., r�„��o,-� D.,.,o,v.o,�� T�.,,-1�;,�..� (`,,,-1. A ,],],-o�� D.,;«.�;«.,. {,i�nl: r�iiA'." ""� �x�;,-o �or,.o� .,ra r�.,.o� �x�,,,,a �or„o� .,�a r.,�o� C� �: Pl� �E�i^�ttt� Il� �J T,...�,.;1 Dl.,,.o,�.o.�.♦ .,,�.,] L';.�.;.,1.;,�.,� „f' D.,,-1�.�,.,.,., i7.,,1,-„ l�R„l,.l.;.�,. C`oo,l;.�,� ,�,] C`,,,7�1;.�,. f � � �'�-ooc. nv�� C�vii�c. i � i��n� 1 'l /7�z ���� 1 'l /7�z , � ��� i n in�� 77/7�� iiin� 17/7�z i � i��n� i � i��n� 9�9�-� 1 'l /7�z 17/7�z 1 � /�r�r�vi�viz Division 33 - Utilities � 33 O1 30 Sewer and Manhole Testing � 33 O1 31 Closed Circuit Television (CCTV) Inspection � 33 03 10 Bypass Pumping of Existing Sewer Systems I���o T,.;�� �„ra;�,. ,,,�a �io,.�r;,.,,, T�,.i.,.;,,,� I22�= �'',,,,,,,,,,;,,,�. !`,.,�.�,-„1 To�� C`�.,�;,..�.� I22�i AiT.,.�,�.o.,;,,,�. A,�.,,,lo (`.,�1.,,,];,. D,-„�o,.�;,,«. C'.,��o,v. I�Z�v To.v.v.i..-nv.. txln4o.- Cov:.;.+oc, � 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 I�� n��n �,-.,,,.o r,..,o...,ra r_,-.,a� li:�z �ti � 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade � 33 OS 16 Concrete Water Vaults � 33 OS 17 Concrete Collars � 33 OS 20 Auger Boring � 33 OS 21 Tunnel Liner Plate � 33 OS 22 Steel Casing Pipe � 33 OS 23 Hand Tunneling � 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 ��i� 11 1? Ee�e�� P1�o�ro Pi�o, LJar �v,-.,��o,a c.00� r�.,�;�,aor -r.,�o � 33 11 14 Buried Steel Pipe and Fittings � 33 12 10 Water Services 1-inch to 2-inch � 33 12 11 Large Water Meters 12/20/2012 03/03/2016 12/20/2012 ,���� 1 'l /7�z 17/7�z n� in�n� 02/06/2013 12/20/2012 12/12/2016 12/20/2012 O 1 /22/2016 n, i�o ��� 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 06/19/2013 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 11/16/2018 , � ��� 12/20/2012 02/14/2017 12/20/2012 CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 � 33 12 20 � � ��'�_ � 33 12 25 � � ��-'�o � 33 12 40 � ���� � � ��o � � ��i � � ��� I Z2 � i� � 33 31 20 � ��T I � ��z � � ��� � � ��o I � ��o � 33 39 10 � 33 39 20 � � ��o � � ��o � 33 39 60 � � ��-^�o I'Z2�i ii IZ� �i i� I � I � ��T I� ��--�v-vi I� �T �-,--r� rnv I � ��v I � ��v Resilient Seated Gate Valve n�x��x� n v„�.�.o.- co.,.oa u„��o,-�.. ��.,i. o� Connection to Existing Water Mains r�,,,.,�.;�.,�;,.� n;r ��.,i.,o �4o�o14YVl.�� � r n„�„�.to �x�„�or c.,��o,.,., Fire Hydrants �or,�a.�� C� c�.,�a.,..a ui,... ,.����.,i. o n��o..,�.i., �'',,,-o,] ;,�. Dl.,,.o D;,..o /�''TDDI �'nvcr�,`.�� I:O�:c ,-,.o,a n;,.o � ,- �,-,,.,;�., ��'i1�7��� u:,.i, r�o��;�., n,.i.,o.�..,ioro �ur�n�� n;..o �A"�a�:ll�.'�; �€� Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe � E�r.�,�,�e� � c.,�.•��c�"�,�LN Ti.n��sg c.,�:�.,..., co,,,o.. n:,.� ��'t.l<�b� c.,�:�.,..., co,,,o.. co,-. ; o r,.rro,.�:,.�� .,ra co,-.,;,,o r; o r�,,,v,�.;�.,�;,.� n;,- ��.,i.,o � ,- c„�;�,,,-., �o..,o,- �,.,-,.o �a.,;�� Cast-in-Place Concrete Manholes Precast Concrete Manholes €�crgla�c l��s �x�„��o.r .,.o,- n,.,.o�� �t�.,,..t�o,- i�x� n �� Epoxy Liners for Sanitary Sewer Structures Do;�� r,.o,a �,.�,.ro�o ���rt�q Eo.i,or D;�o��,,,.,o,�., u:,.i, r�o��;�., n,.t.,o.�..,ioro �ur�n�� n;..o �.. c���'�Y�s Do:.,� .-„o,a D,.l..o�l.lo,.o l���D�� D1F,v i� C�1.�4�LTG �vTa��iq .Jitt�l�t' ��i°A�i �%°�e'C!J !-'.,�r :., Dl.,,,o T�.,.,L,,,lo� .,,.,1 T,,,.,,�;,,., i2,..,0� !-',,,-1. .,.�,a ll.-,,.. T.�lor� ���1 ��1�.�o uo,,,a.r .,ii� .,,�a �xr,�,..r .,ii., 12/20/2012 i�i�� 02/06/2013 ,�i�� O 1 /03/2014 , � ��� n�ii� 1 'l /7�z i � i��i , � i�� 06/19/2013 Fri7�GTiTiri] Division 34 - Transportation I�n� n�o rr...,��;,, c;,.�.,i� �n n i i n ni n. t„v,or �,.� ito,- r�„t.;�o. �� ��t�C���rri� �rt�6n�r-��r� I 2n n�vi r�ritr'kC�3�i��,���lt,'� �0�'�ncc cioii I 2 n n�� �ttr'kC nixcir�-C�eit�'iaz,�pcC�#icu�i�eii I�n�= rro,,...,,...,,-., rr,-.,��;„ c;nr„i� I�n�� no..,,..,;r,. rr,-.,�f:,, c:,.r.,i� �?/I 11 1� �ee�a�sulclr I��1rd I'larlPr�g�e�e� � �^�-^�o �e3a�.�n� II,�� I�^�o �.rllu:�il`�r:,.r n��o.�,�.i;o� I� n n�vT �QY�? T T'�'l.�' r 1ai:si:i�7i�' � I� n n�� �,-oo.. ., , r�r� v,.., a.. ., , r Ia:i'��'S�� � I �n n�v� $ce�S��ci:ti`� �r� n�^^a"'^.�" �1,eplilR."�l"1�0 � 2�� ��--Ti-�v ��Ile'Pl�111LlP! E/�S I�n� n�o c;r,.io r�„ao �;i.o,- n..�:,, r.,i.io I�n�� rr...,��;,, r„r�..,,i , � ��� , � ��� nn i�o ti�� i�i�� 12/20/2012 12/20/2012 , � ��� i�i�� 12/20/2012 n� in�n� , � i�� 77/1�� 1 'l /7zzr�m�cv-iz n� ino i�T n� in�n� 17/7�z 7 'l /7�z n� ino i�T i nii� i�ii� n��� n i�� iii��� i�i�� , , ��� , , ��� , � ��� n�ii�� n�ii�ci�nt�� n�ii�ci�nt�� iiii�� n� i��� iii�� CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105049 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix F�-4J 1 �C-4.A� C�-4.('/1 C� 4.9� ��.J �;' GC-6.09 �1 GR-Ol 60 00 00 00 00 ����1,1i.lit;, „�� E�aL�ar� �Ziao.-,..-,,,,ra �.,,,:i:.;o� I-U�.,.-a,.,,� �r.,:.-,.�w,o�..,i r„ra;�:,.� .,� c:.o �� `v.,,.o v.,.oy a= = Permits and Utilities Tl�ts�i i�q�rati�t City of Fort Worth Water Department Standard Product List Geotechnical Reports END OF SECTION CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised March 20, 2020 00 42 43 DAP - BID PROPOSAL Page I of 2 UNIT PRICE BID Bidlist Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description Bidder's Application Bidder's Proposal Specification Unit of Bid Section No. Measure Quantity UNIT I: WATER JMPROVEMENTS 3311.0541 16" Water Pipe 33 11 10, 33 LF 16 3311.0441 12" Water Pipe 33 11 10, 33 LF 1531 3311.0551 16" DIP Water 33 11 10 LF 130 3311.0451 12" DIP Water 33 11 10 LF 108 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 3312.0001 Fire Hydrant 33 12 40 EA 4 3312.3002 6" Gate Valve 33 12 20 EA 1 3312.3003 8" Gate Valve 33 12 20 EA 1 3312.3005 12" Gate Valve 33 12 20 EA 7 3305.1004 24" Casing by Open Cut 33 05 22 LF 60 3305.1105 30" Casing by Other Than Open Cut 33 05 22 LF 130 3311.001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 4.16 0241.1118 4"-12" Pressure Plug 02 41 14 EA 1 9999.0001 Automatic Flushing Valve 00 00 00 EA 1 3305.0109 Trench Safety 33 05 10 LF 1671 3312.2203 2" Water Service (Irrigation) 33 12 10 EA 1 3311.0141 6" Water Pipe 33 11 10, 33 LF 8 3311.0241 8" Water Pipe 33 11 10, 33 LF 8 TOTAL UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROV MENTS 3331.4115 8" Sewer Pipe 33 31 20 LF 1636 3331.4119 8" DIP Sewer Pipe 33 11 10 LF 254 3331.5747 8" Sewer Pipe, CLSM Backfill 33 11 10, 33 LF 35 9999.0007 8" Sewer Pipe, CSS Encasement 33 31 20 LF 100 3331.4201 10" Sewer Pipe 33 11 10, 33 LF 277 3331.4205 10" DIP Sewer 33 11 10 LF 430 3339.1001 4' Manhole 33 39 20 EA 16 3339.1002 4' Drop Manhole 33 39 10, 33 EA 1 3339.1003 4' Extra Depth Manhole 33 39 10, 33 VF 48.3 3305.0112 Concrete Collar 33 05 17 EA 5 3339.0001 Epoxy Manhole Liner 33 39 60 VF 23 9999.0006 Connect to Existing Sanitary Sewer 00 00 00 EA 1 0241.2011 Remove 4" Sewer Line 02 41 14 LF 32 0241.2014 Remove 10" Sewer Line 02 41 14 LF 146 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 1 3305.1003 20" Casing By Open Cut 33 05 22 LF 254 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 53 3301.0101 Manhole Vacuum Testing 33 01 30 EA 17 3301.0002 Post-CCTV Inspection 33 01 31 LF 5464 3305.0109 Trench Safety 33 05 10 LF 2732 3331.3311 4" Sewer Service, Reconnection 33 31 50 EA 1 3331.3101 4" Sewer Service 33 31 50 EA 1 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS Unit Price $169.33 $95.89 $192.22 $114.25 $9,021.70 $5,085.27 $8,377.90 $2,453.78 $4, 340.21 $269.91 $920.51 $18, 300.54 $225.00 $9,769.75 $1.00 $3,091.06 $305.61 $103.30 $111.31 $176.90 $312.67 $150.84 $150.87 $186.63 $7,132.86 $17,178.13 $200.00 $400.00 $425.00 $3,364.75 $30.51 $28.05 $1,627.32 $275.59 $1,476.33 $300.00 $3.00 $1.00 $1, 344.33 $839.00 Bid Value $2,709.28 $146,807.59 $24,988.60 $12,339.00 $9,021.70 $20,341.08 $8,377.90 $2,453.78 $30,381.47 $16,194.60 $119,666.30 $76,130.25 $225.00 $9,769.75 $1,671.00 $3,091.06 $2,444.88 $826.40 $487,439.64 $182,103.16 $44, 932.60 $10,943.45 $15,084.00 $41,790.99 $80,250.90 $114,125.76 $17,178.13 $9,660.00 $2,000.00 $9,775.00 $3,364.75 $976.32 $4,095.30 $1,627.32 $69,999.86 $78,245.49 $5,100.00 $16,392.00 $2,732.00 $1,344.33 $839.00 $712,560.36 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PRO]ECTS Form Version May 22, 2019 IPRC23-0122_Water Sewer Bid ProposaLxls 00 42 43 DAP - BID PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Information Bidder's Application Bidder's Proposal Bidlist Item Specification � Unit of � Bid Description Unit Price No. Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS � UNIT II: SANITARY SEWER IMPROVEMENTS � Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Blackland Partners, LLC 6500 Meyer Way, Suite 302 McKinney, TX 75070 Contractor agrees to comPlete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PRO]ECTS Form Version May 22, 2019 Signed by: BY: Erling Hem �� � 55C42EA3CSD44AD... TITLE: Project Executive DATE: 1/12/2025 Bid Value $487,439.64 $712,560.36 $1,200,000.00 105 working days after the date when the [PRC23-0122_Water Sewer Bid ProposaLxls Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA O .1�',/�, =-��== Document A102° - 2017 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT made as of the l lth day of September in the year 2025 (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status, address and other information) HPIMF BONDS LAND MF1 DFW005 LP 901 S. Mopac Expressway Building 3, Suite 220 Austin, TX 78746 Attn: Tim Shaughnessy Phone: 512-538-1034 Email: Tim@hpitx.com and the Contractor: (Name, legal status, address and other information) Blackland Partners, LLC 10210 N. Central Expressway, Suite 212 Dallas, Texas 75231 for the following Project (Name, location and detailed description) Bonds Ranch The Architect: (Name, legal status, address and other information) Archon Corporation 210 North Park Blvd., Suite 100 Grapevine, Texas 76051 The Owner and Contractor agree as follows. ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. The parties should complete A102T""-2017, Exhibit A, Insurance and Bonds, contemporaneously with this Agreement. AIA Document A201 T"^-2017, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. Init. AIA Document A102 — 2017. Copyright O 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 RELATIONSHIP OF THE PARTIES 4 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 5 CONTRACT SUM 6 CHANGES IN THE WORK 7 COSTS TO BE REIMBURSED 8 COSTS NOT TO BE REIMBURSED 9 DISCOUNTS, REBATES AND REFUNDS 10 SUBCONTRACTS AND OTHER AGREEMENTS 11 ACCOUNTING RECORDS 12 PAYMENTS 13 DISPUTE RESOLUTION 14 TERMINATION OR SUSPENSION 15 MISCELLANEOUS PROVISIONS 16 ENUMERATION OF CONTRACT DOCUMENTS EXHIBIT A INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, AIA Document A201T�2017, General Conditions of the Contract for Construction, as modified, Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiarions, representarions, or agreements, either written or oral. If anything in the other Contract Documents, other than a Modification, is inconsistent with this Agreement, this Agreement shall govern. An enumeration of the Contract Documents, other than a Modification, appears in Article 16. ARTICLE 2 THE WORK OF THIS CONTRACT § 2.1 The Contractor shall fully perform the Work described in the Contract Documents, and reasonably inferable as necessary to produce the results reflected in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. § 2.2 Pre-Construction Services During the entire period during which the Drawings and Specifications are being prepared by the Architect and its consultants (the "Design Period"), Contractor shall consult and advise Owner concerning construction costs, scheduling, feasibility, detailing, the availability of labor and materials, and construction planning, and shall attend regularly scheduled meetings as required by Owner. During the Design Period, Contractor shall prepare comparative Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. 2 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA analyses of alternative construction systems as requested by Owner. Contractor shall review the Drawings and Specifications as they are prepared, using reasonable efforts to discover any errors, inconsistencies or omissions therein, shall promptly report, in writing to Owner and Architect, such errors, inconsistencies, or omissions and shall recommend proposed changes with respect thereto and alternatives based on less expensive technologies or construction techniques and procedures without, however, assuming the responsibilities of Architect. If required by Owner, Contractor shall prepare, evaluate and revise estimates of the complete construction costs of the Project at the completion of each phase of the Design Period, which phases consist of the phase in which the Architect prepares studies, drawings, and documents illustrating the scale and relationship of Project components ("Schematic Design Phase"), the phase in which the Architect prepares drawings and documents to fix and describe the size and character of the Project ("Design Development Phase"), and the phase in which the Architect prepares drawings and specifications that set forth in detail the requirements for construction of the Project ("Construction Document Phase"). Any fee associated with the above-described Pre-Construction Services are included in the Contract Sum. ARTICLE 3 RELATIONSHIP OF THE PARTIES The Contractor accepts the relationship of trust and confidence established by this Agreement and covenants with the Owner to cooperate with the Architect and exercise the Contractor's skill and judgment in furthering the interests of the Owner; to furnish efficient business administration and supervision; to furnish at all times an adequate supply of workers and materials; and to perform the Work in an expeditious and economical manner consistent with the Owner's interests. The Owner agrees to furnish and approve, in a timely manner, information required by the Contractor and to make payments to the Contractor in accordance with the requirements of the Contract Documents. ARTICLE 4 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 4.1 The date of commencement of the Wark shall be: (Check one of the following boxes.) [] The date of this Agreement. [ X] A date set forth in a notice to proceed issued by the Owner. [ ] Established as follows: (Insert a date or a means to determine the date of commencement of the Work.) As a condition to issuance of a Notice to Proceed, Contractor shall have received all necessary permits to commence with the Wark, evidence of Owner's financing in accordance with Texas Business and Commerce Code § 56.054, and evidence of builder's risk insurance prior to commencement of vertical Work, if not provided by Contractor. In no event shall the date of commencement be later than the date on which the Work actually commences. . § 4.2 The Contract Time shall be measured from the date of commencement of the Work. § 4.3 Substantial Completion § 4.3.1 Subject to adjusrinents of the Contract Time as provided in the Contract Documents, the Contractor shall achieve Substantial Completion of the entire Work: (Check one of the following boxes and complete the necessary information.) [ X] Not later than five hundred forty-two (542) warking days from the date of commencement of the Wark. [ ] By the following date: and shall achieve Final Completion of the entire Work, including all obligations in Section 9.10 of AIA Document A201— 2017, within Thirty (30) days after Substantial Completion. § 4.3.2 Subj ect to adjustments of the Contract Time as provided in the Contract Documents, if portions of the Work are to be completed prior to Substantial Complerion of the enrire Wark, the Contractor shall achieve Substantial Completion of such porrions by the following dates: Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. 3 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Portion of Work Based on a September 29, 2025 Notice to Proceed: Turn 1 (Leasing) Turn 2(Bldg 2— 39 units) Turn 3(Bldg 3— 42 units) Turn 4(Bldg 4— 39 units) Turn 5(Bldg 14 — 30 units) Turn 6(Bldg 5— 30 units) Turn 7(Bldg 6— 24 units) Turn 8(Bldg 7— 36 units) Turn 9(Bldg 8— 24 units) Turn 10 (Bldg 9— 24 units) Turn ll(Bldg 10 — 24 units) Tuxn 12 (B1dg 11— 24 units) Turn 13 (B1dg 12 — 30 units) Turn 14 (Bldg 13 — 30 units) Substantial Completion Date Turn 1: December 1, 2026 Turn 2: December 7, 2026 Turn 3: December 18, 2026 Turn 4: January 26, 2027 Turn 5: February 22, 2027 Turn 6: March 22, 2027 Turn 7: April 20, 2027 Turn 8: May 26, 2027 Turn 9: June 18, 2027 Turn 10: July 20, 2027 Turn 11: August 18, 2027 Turn 12: September 17, 2027 Turn 13: October 25, 2027 Turn 14: November 18, 2027 § 4.3.3 If the Contractor fails to achieve Substanrial Completion as provided in this Section 4.3, liquidated damages, if any, shall be assessed as set forth in Section 5.1.6. ARTICLE 5 CONTRACT SUM § 5.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum is the Cost of the Work as defined in Article 7 plus the Contractor's Fee. § 5.1.1 The Contractor's Fee: (State a luinp sum, percentage of Cost of the Work, or other provision for determining the Contractor's Fee.) The Contractor's Fee shall be equal to four percent (4%) of the Cost of the Work, which cost could increase or decrease due to changes in the Work, but the basis of the Contractor's Fee shall remain four percent (4%) of the Cost of the Work. § 5.1.2 The method of adjustment of the Contractor's Fee for changes in the Work: The Contractor's Fee for changes in the Work shall remain four percent (4%) of the Cost of the Wark as changed. § 5.1.3 Limitations, if any, on a Subcontractor's overhead and profit for increases in the cost of its portion of the Work: For changes in the Work that will be performed by Subcontractors, overhead and profit shall not exceed fifteen percent (15%) of the Cost of the Work. § 5.1.4 Rental rates for Contractor-owned equipment shall not exceed five percent (5%) of the standard rental rate paid at the place of the Project. § 5.1.5 Unit prices, if any: (Identify the item and state the unit price and quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price Per Unit ($0.00) § 5.1.5.1 The foregoing unit prices, if any, apply only if the Contractor performs additional Work under a Change Order. The prices are complete and include all: (1) materials, equipment, labor, fees, taxes, delivery, installarion, overhead and profit, and (2) other costs and expenses incidental to performance of the Work to which the prices apply. § 5.1.6 Liquidated damages, if any: (Insert terms and conditions for liquidated damages, if any.) Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. 4 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 5.1.6.1 The Contractor acknowledges and agrees that the Owner will suffer damages if the Contractor fails to achieve Substantial Complerion of the enrire Work, or designated porrions thereof, within the Contract Times and that it is difficult to ascertain the extent of those damages in advance. Therefore, the Contractor shall pay the Owner as liquidated damages the following amount(s) for each day of delay in achieving Substantial Completion of the Work: � Period of Dela,y Liquidated Dama�es Due � � Days 1-30 Zero Dollars ($0.00) � � Days 31-60 Thirty Dollars ($30.00) per unit, per day � � Days 61+ Forty-Five Dollars ($45.00) per unit, per day � Liquidated Damages related to delays in the completion of the Leasing Office shall apply at a rate of Two Thousand Five Hundred Dollars ($2,500.00) per day. In the event the Contractor fails to meet Substantial Completion dates for the entire Work, or designated portions thereof, subject to modification as provided herein, each of the applicable liquidated damages amounts shall apply separately and accrue cumulatively until Substantial Completion of the entire Work or applicable portion has been achieved. The Owner and Contractor acknowledge and agree that such liquidated damages are not a penalry, but are a reasonable esrimate of the actual damages that would be incurred by the Owner as a result of such delays. The parties agree that Contractor shall not be liable to Owner for Liquidated Damages in excess of seventy-five percent (75%) of Contractar's Fee. § 5.1.6.2 If the Contractor successfully challenges the enforceability of Section 5.1.6.1, the Contractor shall pay the Owner all actual damages, including consequential damages, incurred by the Owner in connection with the Contractar's failure to achieve Substantial Completion of the entire Work or designated portions thereof within the Contract Times, including all costs incurred by the Owner in proving its actual and consequential damages, including all attorneys' and experts' fees and expenses. § 5.1.7 Other: (Insert provisions for bonus, cost savings or other incentives, if any, that might result in a change to the Contract Sum.) The difference, as of the date of Final Completion, between (i) the total aggregate sum of the Cost of the Wark and (ii) the Guaranteed Maximum Price upon Final Completion of the Work (such difference equals the "Savings") shall be paid as follows: fifty percent (50%) of such savings shall inure to the benefit of the Owner and fifty percent (50%) shall inure to the benefit of the Contractor; provided, however, the maximum amount of any Savings to be paid to Contractor shall not exceed $500,000. Any Buyout Savings, as described in Section 5.2.8 below, shall be transferred to Contingency, subject to the terms described below. However, for purposes of this shared Savings provision, Contractor shall not be entitled to share in any savings associated with value engineering, reductions in the scope of Work, including but not limited to savings resulting from allowances, or savings associated with design changes all of which shall accrue to the Owner 100% and the parties shall execute a deductive change order reducing the Contract Sum accordingly. For the avoidance of doubt, unspent Contingency shall be included in Savings. § 5.2 Guaranteed Maximum Price 5.2.1 The Contract Sum is uaranteed b the Contractor not to exceed , subject to additions and deductions by Change Order as provided in the Contract Documents. This maximum sum is referred to in the Contract Documents as the Guaranteed Maximum Price. Costs which would cause the Guaranteed Maximum Price to be exceeded shall be paid by the Contractor without reimbursement by the Owner. § 5.2.2 Alternates § 5.2.2.1 Alternates, if any, included in the Guaranteed Maximum Price: Item Price None. Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 5.2.2.2 Subject to the conditions noted below, if any, the following alternates may be accepted by the Owner following execution of this Agreement, and the Contractor shall provide the alternates for the prices listed. Upon acceptance, the Owner and Contractor shall execute a Modificarion to this Agreement. (Insert below each alternate and the conditions that must be met for the Owner to accept the alternate.) Item None. Price Conditions for Acceptance § 5.2.3 Allowances, if any, included in the Guaranteed Maximum Price: (Identify each allowance.) Item See Exhibit C. Price § 5.2.3.1 The Contractor shall not commence any parrion of the Wark related to an allowance item until the Cost of the Work for such item has been agreed by the Owner and Contractor in writing and the Owner has given the Contractor approval to proceed with that Work. The Contractor is responsible for timely submitting to the Owner a request for such approval, with sufficient backup to justify the final cost for such Work, in sufficient time to avoid a delay to the progress of the Work. § 5.2.4 Assumptions, if any, upon which the Guaranteed Maximum Price is based: (Identify each assumption.) As listed in Exhibit C. § 5.2.5 To the extent that the Contract Documents are anticipated to require further development, the Guaranteed Maximum Price includes the costs attributable to such further development consistent with the Contract Documents and reasonably inferable therefrom. Such further development does not include changes in scope, systems, kinds and quality of materials, finishes or equipment, all of which, if required, shall be incorporated by Change Order. § 5.2.6lntentionally omitted. § 5.2.7 CONTINGENCY The Guaranteed Maximum Price may also contain a separately identified contingency as may be set forth below (the "Contingency"). The Contingency, if any, shall not be allocated to any parricular item of the Cost of the Work and is established for increases in Cost of the Work incurred by the Contractor for unforeseen causes or details not capable of reasonable anticipation at the time of the execution of this Agreement and is not intended for changes in the scope of the Work or for reimbursement of expenses and costs not otherwise recoverable as Cost of the Work under Article 7 of this Agreement. The Contractar's Contingency is to be used solely for items associated with performance of Contractor's Wark, and may be used for items such as, but not limited to, estimating accuracies/inaccuracies based on quantities assumed or measured, lack of bidding competition, Subcontractor defaults, interfacing omissions between work categories, schedule performance, replacement of defective work but only to the extent that the costs of such replacement cannot be recovered from a subcontractor ar insurance, expediting material deliveries or labor to install late delivered item(s), increases in the cost of labor andlor materials, governmental action or inaction or other causes beyond Contractor's control. It is understood that the amount of any such Contingency, except as otherwise provided in this Agreement, is the maximum sum available to the Contractor to cover the Cost of the Work not included in the Guaranteed Maximum Price which is incurred by the Contractor as a result of such unforeseeable causes or details and it is further understood that cost overruns in excess of the amount of the Contingency or other costs not reimbursable as Cost of the Work will be borne by the Contractor. The Contractor will not be allowed to use any part of the Contingency, except as expressly authorized herein. Any planned expenditure of Contractor's Contingency in excess of $50,000 per occurrence shall be approved by Owner in advance and in writing (email is acceptable), which approval shall not be unreasonably withheld or delayed. Except as otherwise provided herein, the Contingency shall not be used for payment of any changes requested by Owner or costs that Owner would otherwise be obligated to pay pursuant to this Agreement. Contractor shall provide to Owner a monthly written statement summarizing the Contractor's Contingency activity and any balance adjustment from the previous period. The Contingency shall be equal to one and one-quarter percent (1.25%) of the Cost of the Work. Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. 6 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 5.2.8 Subcontract Buy-Out. Except for such scope identified in Contractor's Assumptions and Qualificarions which Contractor believes lacks sufficient completeness to buy out that portion of the Work within the time frame set forth herein or as otherwise expressly authorized in writing by Owner, Contractor shall enter into written Subcontracts (which for purposes hereof includes a subcontract agreement covering any Self-Perform Work expressly authorized by Owner and supply agreements which are also referred to herein as purchase orders) for the entire scope of the Work with fixed pricing terms and in accordance with the requirements of the Contract Documents no later than ninety (90) days after execution of the Agreement (the "Buyout"). Prior to execution of any Subcontracts and pursuant to Section 10.1 below, Contractor shall deliver to Owner the bids from Subcontractors that it intends to accept. Contractor shall provide Owner with copies of the respective executed cover pages of Subcontracts with the pricing terms or such other information reasonably requested by Owner, no later than ten (10) business days after such Subcontracts have been executed. In no event shall Contractor commence Self-Perform Work, order materials, or permit a Subcontractor to commence its portion of the Work prior to furnishing Owner with a copy of such executed Subcontract. § 5.2.8.1 SubContraCt Buy-Out Log. Within thirty (30) days after the execution of the Agreement and thereafter, as Contractor enters into written Subcontracts for the Work with fixed pricing terms, Contractor shall prepare and maintain a Subcontract Buyout Log on a line item basis on a form reasonably acceptable to Owner which identifies the specific scope of Work and Subcontractor or Supplier in each line item for which the pricing has been fixed by written agreement and the amount of such pricing, the scope and estimated cost of Work in each line item that has not been fixed by written agreement, and any "savings" or amounts not reasonably anticipated by Contractor to be required for payment for Cost of the Work under the respective line item. The Subcontract Buyout Log shall be updated no less than monthly, and a copy of the Log shall be furnished with the Contractor's Application for Payment, updated through the end of the period for which payment is sought, until Subcontract Buyout has been completed. § 5.2.8.2 GMP Adjustment from Subcontract Buy-Out. The parties acknowledge that, as those Subcontracts and Supplier agreements are entered into (where pricing has been fixed) and at Owner's request, the Estimated Cost of the Work in the individual line items on which the Guaranteed Maximum Price for the respective Phase of the Work is based shall be subject to adjustment as provided herein to reflect the fixed Cost of the Work pursuant to the Subcontracts and Supplier agreements (referred to herein as "Subcontract Buy-Out"). Upon Owner's request, but no earlier than sixty (60) days after the execution of the Agreement and no more frequently than once per Application for Payment period, Contractor shall provide a proposed adjustment of the Contingency and the other impacted line items in the Schedule of Values to reflect the Cost of the Work fixed by the respective Subcontracts and Supplier agreements. § 5.2.8.2.1 To the extent the fixed Cost of the Work is less than the Estimated Cost of the Wark for a respective line item, such line item shall be reduced and the "savings" for that line item increased accordingly. Such savings shall be collectively referred to as "Buyout Savings." To the extent the fixed Cost of the Wark is greater than the Estimated Cost of the Work for a respective line item, such line item shall be increased by such amount, if available, from Buyout Savings. Transfers from Contingency may be made, as required to "true up" the line items, with the Owner's consent, such consent not to be unreasonably or unrimely withheld as provided in Section 5.2.7 above. § 5.2.8.2.2 Transfers to Conringency from Buyout Savings shall occur at each Application for Payment period, beginning sixty (60) days after the execurion of this Agreement. The Contractor's Subcontract Buyout Log (together with the Contingency Transfer Log) shall be revised to accurately reflect such adjustments and transfers. Such adjustments as provided herein shall be incorporated by Change Order. § 5.2.8.3 Notwithstanding anything to the contrary in this Agreement, to the extent the total amount of Buyout Savings plus with Contingency exceeds $1,500,000, any excess Buyout Savings shall be deducted from the Guaranteed Maximum Price in the form of a deductive Change Order. As provided in Section 5.1.7, above, any unspent Contingency (inclusive of the Buyout Savings transferred to Contingency in accardance with the terms of this Agreement) remaining at Final Completion shall be shared 50% to Owner and 50% to Contractor. As a result, Owner shall have the right to utilize Owner's portion of any Buyout Savings (that is 50% of any Buyout Savings) for any purpose. Further, Owner shall have the right to utilize Owner's portion of any Contingency (that is 50°/o of any Contingency) for any purpose, subject to the consent of Contractor, which consent shall not be unreasonably withheld. In the event Owner utilizes its share of Contingency prior to Final Completion, and Contractor is otherwise entitled to utilize Contingency in accordance with Section 5.2.7 above, or Contractor's share of Savings is less than $500,000 in accordance with Section 5.1.7 above, then Owner shall execute a change order restoring the funds the Contractor Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. 7 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA would have otherwise been entitled to use from Contingency, or receive as Savings, up to the amount that Owner previously withdrew. ARTICLE 6 CHANGES IN THE WORK § 6.1 Adjustments to the Guaranteed Maximum Price on account of changes in the Work shall be determined by one of the methods listed in Article 7 of AIA Document A201 TM-2017, General Conditions of the Contract for Construction. § 6.2 Adjustments to subcontracts awarded on the basis of a stipulated sum shall be determined in accordance with Article 7 of A201-2017, as they refer to "cost" and "fee," and not by Articles 5, 7 and 8 of this Agreement. Adjustments to subcontracts awarded with the Owner's priar written consent on the basis of cost plus a fee shall be calculated in accordance with the terms of those subcontracts. § 6.3 In calculating adjustments to the Guaranteed Maximum Price, the terms "cost" and "costs" as used in Article 7 of AIA Document A201-2017 shall mean the Cost of the Work as defined in Article 7 of this Agreement and the term "fee" shall mean the Contractor's Fee as defined in Section 5.1.1 of this Agreement. § 6.4 If no speciiic provision is made in Article 5 for adjustment of the Contractor's Fee in the case of changes in the Wark, or if the extent of such changes is such, in the aggregate, that application of the adjustment provisions of Article 5 will cause substantial inequity to the Owner or Contractor, the Contractor's Fee shall be equitably adjusted on the same basis that was used to establish the Fee for the original Work, and the Guaranteed Maximum Price shall be adjusted accordingly. ARTICLE 7 COSTS TO BE REIMBURSED § 7.1 Cost of the Work § 7.1.1 The term Cost of the Work shall mean reasonable costs necessarily incurred by the Contractor in the proper performance of the Work. The Cost of the Work shall include only the items set forth in this Article 7. � 7.1.1.1. For the nurposes of this Agreement, the General Conditions Costs shall be the fixed, luma sum of� shall be payable in equal monthly installments based on the overall Project duration. The General Conditions Costs shall not be subject to audit, but Owner shall have the right to verify the categories of costs are correctly calculated. The Contractor is responsible for the amount, if any, by which the actual general conditions costs exceed the fixed, lump sum identified in this Section 7.1.1.1, and the Contractor is not entitled to reimbursement for such amounts as a Cost of the Wark or from the Contractor's Contingency. No changes or adjustments can be made to the General Conditions Costs without the Owner's prior consent. § 7.1.2 Where, pursuant to the Contract Documents, any cost is subject to the Owner's prior approval or consent, the Contractor shall obtain such approval or consent in writing prior to incurring the cost. § 7.1.3 Costs shall be at rates not higher than the standard paid at the place of the Proj ect, except with prior approval of the Owner. § 7.2 Labor Costs § 7.2.1 Wages or salaries of construction workers directly employed by the Contractor to perform the construction of the Work at the site or, with the Owner's prior approval, at off-site workshops. § 7.2.2 Wages or salaries of the Contractor's supervisory and administrative personnel when stationed at the site and performing Work, with the Owner's prior approval. § 7.2,2.1 Wages or salaries of the Contractor's supervisory and administrative personnel when performing Work and stationed at a location other than the site, but only for that portion of time reguired for the (Paragraphs deleted) Work. § 7.2.3 Wages or salaries of the Contractor's supervisory or administrative personnel engaged at factories, workshops or while traveling, in expediting the production or transportation of materials or equipment required for the Work, but only for that portion of their time required for the Work. Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. $ This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 7.2.4 Costs paid or incurred by the Contractor, as required by Law or collective bargaining agreements, for taxes, insurance, conh-ibutions, assessments, and benefits and, for personnel not covered by collective bargaining agreements, customary benefits such as sick leave, medical and health benefits, holidays, vacations and pensions, provided such costs are based on wages and salaries included in the Cost of the Work under Sections 7.2.1 through 7.2.3. § 7.2.5 If agreed rates for labor costs, in lieu of actual costs, are provided in this Agreement, the rates shall remain unchanged throughout the duration of this Agreement, unless the parties execute a Modification. § 7.3 Subcontract Costs Payments made by the Contractor to Subcontractors in accordance with the requirements of the subcontracts and this Agreement. § 7.4 Costs of Materials and Equipment Incorporated in the Completed Construction § 7.4.1 Costs, including transportation and storage at the site, of materials and equipment incorporated, ar, if delivered and suitably stored at the site, to be incorporated, in the completed construction. § 7.4.2 Costs of materials described in the preceding Section 7.41 in excess of those actually installed to allow for reasonable waste and spoilage. Unused excess materials, if any, shall become the Owner's property at the completion of the Work and shall be properly stored at the site (or elsewhere) in accordance with the Owner's instructions or, at the Owner's option, shall be sold by the Contractor. Any amounts realized from such sales shall be credited to the Owncr as a deduction from the Cost of the Work. § 7.5 Costs of Other Materials and Equipment, Temporary Facilities and Related Items § 7.5.1 Costs of transportation, storage, installation, dismantling, maintenance, and removal of materials, supplies, temporary facilities, machinery, equipment and hand tools not customarily owned by construction workers that are provided by the Contractor at the site and fully consumed in the performance of the Work. Costs of materials, supplies, temporary facilities, machinery, equipment, and tools, that are not fully consumed, shall be based on the cost or value of the item at the time it is first used on the Project site less the value of the item when it is no longer used at the Project site. Costs for items not fully consumed by the Contractor shall mean fair market value. § 7.5.1.1 Excess materials, supplies, temporary facilities, machinery, equipment, and tools described in Section 7.5.1 above that have not been fully consumed but for which Owner has reimbursed Contractor for the full purchase price, if any, shall become the Owner's property at the completion of the Work and shall be properly stored at the site (or elsewhere) in accordance with the Owner's instructions or, at the Owner's option, may be retained by the Contractor. § 7.5.2 Rental charges for temporary facilities, machinery, equipment, and hand tools not customarily owned by construction workers that are provided by the Contractor at the site, and the costs of transportation, installation, dismantling, minor repairs, and removal of such temporary facilities, machinery, equipment, and hand tools. Rates and quantities of equipment owned by the Contractor, or a related party as defined in Section 7.8, shall be subject to Section 5.1.4 and the Owner's prior approval. The total rental cost of any such equipment shall not exceed the purchase price of any comparable item. § 7.5.3 Costs of clean-up and removal of debris from the site of the Wark and its proper and legal disposal, including trucking, daily clean-up, final clean-up, charcoal filter fans, change filters and dumpster rentals. Site costs for dust control, demising walls, construction fences, material lifts and dumpster picks. § 7.5.4 Costs of the Contractor's site office and site management of the Project, including general office equipment and supplies, all clerical salaries and wages (including all items defined in Section 7.2.4), and reasonable petty cash expenses of the site office. § 7.5.5 Costs of materials and equipment suitably stored off the site at a mutually acceptable location, subject to the Owner's prior approval. Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. g This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 7.5.6 Costs related to the Contractor's compliance with safety requirements required under this Agreement and Law, including general protection and safety, temporary building protection, barricades, fumes/dust/noise control, first aid kits, and fire extinguishers. § 7.6 Miscellaneous Costs § 7.6.1 Premiums for that portion of insurance and bonds required by the Contract Documents that can be reasonably calculated and are directly attributed to this Contract. For subcontractar default insurance ("SDP') Contractor shall be entitled to reimbursement for the actual costs of the premiums for the SDI policy. Contractor shall provide all documentation necessary for Owner to evaluate the actual costs of the SDI policy. § 7.6.1.1 Costs for self-insurance, for either full ar partial amounts of the coverages required by the Contract Documents, with the Owner's prior approval. § 7.6.1.2 Costs for insurance through a captive insurer owned or controlled by the Contractor, with the Owner's prior approval. § 7.6.2 Sales, use, or similar taxes, imposed by a governmental authority, that are related to the Work and for which the Contractor is liable. § 7.6.3 Fees and assessments for the building permit, and for other permits, licenses, and inspections, for which the Contractor is required by the Contract Documents to pay. § 7.6.4 Fees of laboratories for tests required by the Contract Documents; except those related to defective or nonconforming Work for which reimbursement is excluded under Article 13 of AIA Document A201-2017 or by other provisions of the Contract Documents, and which do not fall within the scope of Section 7.7.3. § 7.6.5 Royalties and license fees paid for the use of a particular design, process, or product, required by the Contract Documents. § 7.6.5.1 The cost of defending suits or claims for infringement of patent rights arising from requirements of the Contract Documents, payments made in accordance with legal judgments against the Contractor resulting from such suits or claims, and payments of settlements made with the Owner's consent, unless the Contractor had reason to believe that the required design, process or product was an infringement of a copyright or a patent, and the Contractor failed to promptly furnish such information to the Architect as required by Article 3 of AIA Document A201-2017. The costs of legal defenses, judgments, and settlements, shall not be included in the Cost of the Work used to calculate the Contractor's Fee or subject to the Guaranteed Maximum Price. § 7.6.6 Costs for communications services, electronic equipment, computers and software, directly related to the Work and located at the site, with the Owner's prior approval. § 7.6.7 Costs of document reproductions, printing, and delivery charges. § 7.6.8 Deposits lost far causes other than the Contractor's negligence or failure to fulfill a specific responsibility in the Contract Documents. § 7.6.9 Legal, mediation and arbitration costs, including attorneys' fees, other than those arising from disputes between the Owner and Contractor, or between the Contractor and any Subcontractors or suppliers, reasonably incurred by the Contractar after the execurion of this Agreement in the perfarmance of the Wark and with the Owner's priar approval, which shall not be unreasonably withheld. § 7.6.10 Expenses incurred in accordance with the Contractor's standard written personnel policy for relocarion and temporary living allowances of the Contractor's personnel required for the Work, with the Owner's prior approval. § 7.6.11 That portion of the reasonable expenses of the Contractor's supervisory or administrative personnel incurred while traveling out-of-town in discharge of duties connected with the Work. Init. AIA Document A102 — 2017. Copyright O 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. � 0 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 7.7 Other Costs and Emergencies § 7.7.1 Other costs incurred in the performance of the Work, with the Owner's prior approval. § 7.7.2 Costs incurred in taking action to prevent threatened damage, injury, or loss, in case of an emergency affecting the safety of persons and property, as provided in Article 10 of AIA Document A201-2017. § 7.7.3 Costs of repairing or correcting damaged or nonconforming Work performed by any of the Contractor Parties, provided that such damaged or nonconforming Work was not caused by the negligence of, or failure to fulfill a specific responsibility by, any of the Contractor Parties, and only to the extent that the cost of repair or correction is not recovered by the Contractor from insurance, sureties, Subcontractors, suppliers, or others, provided that any such non-recovery was not the Contractor's fault. § 7.8 Related Party Transactions § 7.8.1 For purposes of this Agreement, the term "related party" shall mean (1) a parent, subsidiary, affiliate, or other entity having common ownership of, or sharing common management with, the Contractor; (2) any entity in which any director, member, stockholder in, officer, or management employee of, the Contractor holds an equity interest in excess of ten percent in the aggregate; (3) any entity which has the right to control the business or affairs of the Contractor; ar(4) any person, or any member of the immediate family of any person, who has the right to control the business or affairs of the Contractor. § 7.8.2 Tf any of the costs to be reimbursed is to arise from a transaction between the Contractor and a related party, the Contractor shall notify the Owner of the specific nature of the contemplated transaction, including the identity of the related party and the anticipated cost to be incurred, before any such transaction is consummated or cost incurred. If the Owner, after such notification, authorizes the proposed transaction in writing, then the cost incurred shall be included as a cost to be reimbursed, and the Contractor shall procure the Work, equipment, goods, or service, from the related party, as a Subcontractar, according to the terms of Article 10. If the Owner fails to authorize the transaction in writing, the Contractor shall procure the Work, equipment, goods, or service from some person or entity other than a related party according to the terms of Article 10. ARTICLE 8 COSTS NOT TO BE REIMBURSED § 8.1 The Cost of the Work shall not include the items listed below, unless approved in writing by Owner: .1 Salaries and other compensation of the Contractor's personnel stationed at the Contractor's principal office or offices other than the site office, except as specifically provided in Section 72, or as may be provided in Article 15; .2 Bonuses, profit sharing, incentive compensation, and any other discretionary payments, paid to anyone hired by the Contractor or paid to any Subcontractor or supplier, unless the Owner has provided prior approval; .3 Expenses of the Contractor's principal office and ofiices other than the site office; .4 Overhead and general expenses, except as may be expressly included in Article 7; .5 The Contractor's capital expenses, including interest on the Contractor's capital employed for the Wark; .6 Except as provided in Section 7.7.3 of this Agreement, costs due to the negligence of, or failure to fuliill a specific responsibility of the Contract by, any of the Contractor Parties; .7 Any cost not specifically and expressly described in Article 7; .8 Costs associated with the default or termination of Subcontractors or suppliers if the Guaranteed Maximum Price includes the cost of subcontractor default insurance ar bonds securing performance; and .9 Costs, other than costs included in Change Orders or Construction Change Directives approved by the Owner, that would cause the Guaranteed Maximum Price to be exceeded. .10 Any deductibles arising under any insurance required to be provided by Contractor; .11 Any uninsured losses which result from a failure of Contractor to maintain insurance required by the Construction Documents; .12 Legal costs and fees incurred by the Contractor unless agreed to in writing by the Owner; .13 Fines and penalties incurred by the Contractor due to fault of Contractor; .14 Costs of correcting damaged or nonconforming Work executed by the Contractor caused by negligence or failure to fulfill a specific responsibility of the Contractor; .15 Costs for re-tests for failed material tests when such failure is caused by Contractor; and/or Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. � � This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA 16 Acceleration of schedule to meet milestones or other contractually obligated dates, unless approved by Owner. ARTICLE 9 DISCOUNTS, REBATES AND REFUNDS § 9.1 Cash discounts obtained on payments made by the Contractor shall accrue to the Owner if (1) before making the payment, the Contractor included the amount to be paid, less such discount, in an Application for Payment and received payment from the Owner, or (2) the Owner has deposited funds with the Contractor with which to make payments; otherwise, cash discounts shall accrue to the Contractor. Trade discounts, rebates, refunds, and amounts received from sales of surplus or salvaged materials and equipment shall accrue to the Owner, and the Contractor shall make provisions so that they can be obtained. The Contractor shall not retain any discounts, rebates, ar refunds in connection with the Work unless it has provided the Owner seven days' prior written notice of the potential discount, rebate, or refund and the opportunity to fulfill the conditions in this Section 9.1. § 9.2 Amounts that accrue to the Owner in accordance with the provisions of Section 9.1 shall be credited to the Owner as a deduction from the Cost of the Work. ARTICLE 10 SUBCONTRACTS AND OTHER AGREEMENTS § 10.1 Those portions of the Wark that the Contractor does not customarily perform with the Contractor's own personnel shall be performed under subcontracts or other appropriate agreements with the Contractor. The Owner may designate specific persons from whom, or entities from which, the Contractor shall attempt to obtain bids. The Contractor shall obtain bids from Subcontractors, and from suppliers of materials or equipment fabricated especially for the Work, who are qualified and able to perform that portion of the Work in accordance with the requirements of the Contract Documents. The Contractor shall deliver all such bids received to the Architect and Owner with an indication as to which bids the Contractor intends to accept. The Contractor shall not be required to contract with anyone to whom the Contractor has reasonable objection. (Paragraph deleted) § 10.1 Intentionally omitted. § 10.2 Subcontracts or other agreements shall conform to the applicable payment and other provisions of this Agreement, and shall not be awarded on the basis of cost plus a fee without the Owner's prior written approval. If a subcontract is awarded on the basis of cost plus a fee, the Contractor shall provide in the subcontract for the Owner to receive the same audit rights with regard to the Subcontractor as the Owner receives with regard to the Contractor in Article 11. § 10.3 Except as otherwise agreed in wriring, the Contractor may perform trade work with its own forces or through a related party only if the Contractor has competitively bid the trade work and the Owner has agreed in writing after the bids and the parties' relationship have been disclosed. ARTICLE 11 ACCOUNTING RECORDS The Contractor shall keep full and detailed records and accounts related to the Cost of the Wark, and exercise such controls, as necessary for proper financial management under this Contract and to substantiate all costs incurred. The accounting and control systems shall be in accordance with generally accepted accounting principles and satisfactory to the Owner. The Owner and the Owner's auditors shall, during regular business hours and upon reasonable notice, be affarded access to, and shall be permitted to audit and copy, the Contractor's records and accounts, including complete documentation supporting accounting entries, books, job cost reports, correspondence, instructions, drawings, receipts, payments, subcontracts, Subcontractor's proposals, Subcontractor's invoices, purchase orders, vouchers, memoranda, and other data relating to this Contract. The lump-sum General Conditions Costs shall not be subject to audit, but Owner shall have the right to verify the categories of costs are correctly calculated. The Contractor shall preserve these records for a period of three years after iinal payment, or for such longer period as required by Law or otherwise under the Contract Documents. ARTICLE 12 PAYMENTS § 12.1 Progress Payments § 12.1.1 Based upon Applications for Payment, including all supporting documentation, submitted to the Architect and Owner by the Contractor, and Cerrificates for Payment issued by the Architect, the Owner shall make progress Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. � 2 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA payments on account of the Contract Sum, to the Contractor, as provided below and elsewhere in the Contract Documents. § 12.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. § 12.1.3 Subject to other provisions of the Contract Documents, provided that an Application far Payment is received by the Architect not later than the 25th day of a month, the Owner shall make payment of the amount certified to the Contractor not later than the 20th day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, payment of the amount certified shall be made by the Owner not later than thirty (30) days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) § 12.1.4 With each Application for Payment, the Contractor shall provide reasonable evidence of the Cost of the Work incurred by the Contractor, including Contractor's job cost summary, budget, or other job tracking information. In addition to other required items and if requested by Owner, each Applicarion for Payment shall be accompanied by the following, all in a form and substance reasonably satisfactory to the Owner and in compliance with applicable statutes of the State of Texas: payrolls, petty cash accounts, receipted invoices or invoices with check vouchers or other proof of payment attached, and any other evidence required by the Owner or Architect to demonstrate that payments already made by the Contractor on account of the Cost of the Work equal ar exceed progress payments already received by the Contractor plus payrolls for the period covered by the present Application for Payment, less that portion of the progress payments attributable to the Contractor's Fee. (i) With cach Application for Payment: a current Sworn Statement from the Contractor setting forth all Subcontractors and all material suppliers with whom the Contractor has subcontracted, the amount of each such subcontract, the amount requested for any Subcontractor or material supplier in the Application for Payment, and the amount to be paid to the Contractor from such progress payment (as required by Texas Property Code §53.085) (BiIls-Paid Affidavit); (ii) With each Application for Payment: a duly executed Conditional Waiver and Release on Progress Payment from the Contractor and Subcontractors establishing receipt of payment or sarisfaction of the payment requested by the Contractor in the current Application for Payment (as required by Texas Property Code §53.284). (iii) With the Final Application for Payment: Contractor shall submit a Conditional Waiver and Release on Final Payment as required by Texas Property Code 53.284. Upon receipt of final payment, Contractor shall submit an Unconditional Waiver and Release on Final Payment as required by Texas Property Code 53.284; and (iv) Such other information, documentarion, and materials as the Owner, lender, or the title insurer may require in order to ensure that Owner's property is free of lien claims. Such other documents may include, without limitation, original copies of lien releases suitable for filing with the County Clerk in the county where the Project is located. § 12.1.5 Each Application for Payment shall be based on the schedule of values submitted by the Contractor and attached hereto as Exhibit C. The schedule of values allocates the entire Guaranteed Maximum Price among: (1) the various portions of the Wark; (2) any contingency for costs that are included in the Guaranteed Maximum Price but not otherwise allocated to another line item or included in a Change Order; and (3) the Contractor's Fee. § 12.1.5.1 The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Owner and Architect may require. The schedule of values shall be used as a basis for reviewing the Contractor's Applicarions for Payment and shall not be modified or altered without the Owner's written approval. § 12.1.5.2 The allocation of the Guaranteed Maximum Price under this Section 12.1.5 shall not constitute a separate guaranteed maximum price for the Cost of the Work of each individual line item in the schedule of values. § 12.1.5.3 When the Contractor allocates costs from a contingency to another line item in the schedule of values, the Contractor shall submit supporting documentation to the Architect and Owner. § 12.1.6 Applications for Payment shall show the percentage of completion of each portion of the Wark as of the end of the period covered by the Application for Payment. The percentage of completion shall be the lesser of (1) the Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. � 3 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA percentage of that portion of the Work which has actually been completed; or (2) the percentage obtained by dividing (a) the expense that has actually been incurred by the Contractor on account of that portion of the Work and for which the Contractar has made payment or intends to make payment prior to the next Application for Payment, by (b) the share of the Guaranteed Maximum Price allocated to that portion of the Work in the schedule of values. § 12.1.7 In accordance with AIA Document A201-2017 and subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: § 12.1.7.1 The amount of each progress payment shall first include: .1 That portion of the Guaranteed Maximum Price properly allocable to completed Work as determined by multiplying the percentage of completion of each portion of the Work by the share of the Guaranteed Maximum Price allocated to that portion of the Work in the most recent schedule of values; .2 That portion of the Guaranteed Maximum Price properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction or, if approved in writing in advance by the Owner, suitably stored ofFthe site at a locarion agreed upon in writing; .3 That portion of Construction Change Directives actually performed or that are not in dispute; and .4 The Contractor's Fee, computed upon the Cost of the Work described in the preceding Sections 12.1.7.1.1 and 12.1.7.1.2 at the rate stated in Section 5.1.1 or, if the Contractor's Fee is stated as a fixed sum in that Section, an amount that bears the same ratio to that fixed-sum fee as the Cost of the Wark included in Sections 12.1.7.1.1 and 12.1.7.1.2 bears to a reasonable estimate of the probable Cost of the Work upon its completion. § 12.1.7.2 The amount of each progress payment shall then be reduced by: .1 The aggregate of any amounts previously paid by the Owner; .2 The amount, if any, for Work that remains uncorrected and for which the Owner or Architect has previously withheld or nullified a payment or Certificate for Payment as provided in Article 9 of AIA Document A201-2017; .3 Any amount for which the Contractor does not intend to pay a Subcontractor or material supplier, unless the Work has been performed by others the Contractor intends to pay; .4 For Work performed or defects discovered since the last payment application, any amount for which the Owner or Architect may withhold or nullify a payment or Certificate of Payment, in whole or in part, as provided in Article 9 of AIA Document A201-2017; .5 The shortfall, if any, indicated by the Contractor in the documentation required by Section 12.1.4 to substantiate prior Applications for Payment, or resulting from errors subsequently discovered by the Owner or the Owner's auditors in such documentation; and .6 Retainage withheld pursuant to Section 12.1.8. § 12.1.8 Retainage § 12.1.8.1 For each progress payment made prior to Substantial Completion of the Work, the Owner may withhold the following amount, as retainage, from the payment otherwise due: (Insert a percentage or amount to be withheld as retainage from each Application for Payment. The amount of retainage may be limited by governing law.) Ten percent (10%) § 12.1.8.1.1 The following items, if any, are not subject to retainage: (Insert any items not subject to the withholding of retainage, such as general conditions, insurance, etc.) Retainage shall not be withheld from Contractor's General Conditions Costs, insurance premiums, material-only purchases pursuant to an approved purchase order, and any items that are specifically identified as not subject to retainage as set forth in Exhibit I—Retainage Related Items. § 12.1.8.2 Reducrion or limitation of retainage, if any, shall be as follows: (If the retainage established in Section 12.1.8.1 is to be modifi'ed prior to Substantial Completion of the entire Work, insert provisions for such modification.) Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. � 4 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Notwithstanding anything in the Contract Documents to the contrary, and subject to lender approval, which shall not unreasonably be withheld or delayed, Owner agrees to release retainage for Work performed by certain Subcontractors or trades whose work has been finally completed for at least 60 days in accordance with Exhibit I—Retainage Related Items, provided that Contractor has submitted to Owner a full, and final, conditional waiver and release of lien covering such Wark. § 12.1.8.3 Except as set forth in this Section 12.1.83, upon Substantial Completion of the Wark, the Contractor may submit an Application for Payment that includes the retainage withheld from prior Applications for Payment pursuant to this Section 12.1.8. The Application for Payment submitted at Substantial Completion shall not include retainage as follows: (Insert any other conditions for release of �retainage, such as upon completion of the Owner's audit and reconciliation, upon Substantial Completion.) If portions of the Wark remain incomplete or are not otherwise in accordance with the Contract Documents, or there are any unsettled Claims, the Contractar may not apply far, and the Owner is not obligated to release, retainage to the extent of such incomplete or non-conforming Work, or unsettled Claims. § 12.1.9 If final completion of the Wark is materially delayed through no fault of any of the Contractor Parties, the Owner shall pay the Contractor any additional amounts in accordance with Article 9 of AIA Document A201-2017. § 12.1.10 Except with the Owner's prior written approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and suitably stored at the site. § 12.1.11 The Owner and the Contractor shall agree upon a mutually acceptable procedure for review and approval of payments to Subcontractors and the Contractor shall execute subcontracts in accordance with those agreements. Except with the Owner's priar written approval, payments to Subcontractors shall be subject to the same retainage set forth in Section 12.1.8.1. § 12.1.12 In taking action on the Contractor's Applications for Payment the Architect shall be entitled to rely on the accuracy and completeness of the information furnished by the Contractor, and such action shall not be deemed to be a representation that (1) the Architect has made a detailed examination, audit, or arithmetic verification, of the documentation submitted in accordance with Section 12.1.4 or other supporting data; (2) that the Architect has made exhaustive or continuous on-site inspections; or (3) that the Architect has made examinations to ascertain how or for what purposes the Contractor has used amounts previously paid on account of the Contract. Such examinations, audits, and verifications, if required by the Owner, will be performed by the Owner or the Owner's auditors acting in the sole interest of the Owner. § 12.2 Final Payment § 12.2.1 Subject to other provisions of the Contract Documents, final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contract, except for the Contractor's responsibility to correct Work as provided in Article 12 of AIA Document A201-2017, and to satisfy other requirements of the Owncr and their consultants, if any, which extend beyond final payment; .2 the Contractor has submitted a final accounting for the Cost of the Work and a final Application for Payment as required by the Contract Documents and such final accounting and Application for Payment has been approved by Owner (within 30 days); and .3 a final Certificate for Payment has been issued by the Architect in accordance with Section 12.2.2, certifying Final Completion and certifying for payment the entire unpaid balance of the Contract Sum. § 12.2.2 Within 90 days of the Owner's receipt of the Contractor's final accounting for the Cost of the Wark, the Owner may conduct an audit of the Cost of the Work or notify the Architect that it will not conduct an audit. If no audit is conducted or in progress within ninety (90) days of the Owner's receipt of the Contractor's final accounting, it will be deemed accepted by Owner unless Owner submits to Contractor a written request for a reasonable extension of time to complete the audit, which shall not be unreasonably withheld. § 12.2.2.1 If the Owner conducts an audit of the Cost of the Work, the Owner shall, within 10 days after completion of the audit, submit a written report based upon the auditors' findings to the Architect. Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. � 5 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 12.2.2.2 Within seven days after receipt of any written report described in Section 12.2.2.1, or receipt of notice that the Owner will not conduct an audit, and provided that the other conditions of Section 122.1 have been met, the Architect will either issue to the Owner a final Certificate for Payment with a copy to the Contractor, or notify the Contractor and Owner in writing of the Architect's reasons for withholding a certificate as provided in Article 9 of AlA Document A201-2017. The time periods stated in this Section 12.2.2 supersede those stated in Article 9 of AIA Document A201-2017. The Architect is not responsible for verifying the accuracy of the Contractor's final accounting. § 12.2.2.3 If the Owner's or the Owner's auditors' report concludes that the Cost of the Wark, as substantiated by the Contractor's final accounring, is less than claimed by the Contractor, the Contractor shall be enritled to request mediation of the disputed amount pursuant to Article 15 of AIA Document A201-2017. A request for mediation shall be made by the Contractor within 30 days after the Contractor's receipt of a copy of the Architect's final Certificate for Payment. Failure to request mediation within this 30-day period shall result in the substantiated amount reported by the Owner or Owner's auditors becoming binding on the Contractor. Pending a final resolution of the disputed amount, the Owner shall pay the Contractor the undisputed amount certified in the Architect's final Certificate for Payment. § 12.2.3 Tbe Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's Certificate of Final Completion and final Certificate for Payment. § 12.2.4 If, subsequent to final payment, and at the Owner's request, the Contractor incurs costs, described in Arricle 7 and not excluded by Article 8, to correct defective or nonconforming Work, the Owner shall reimburse the Contractor for such costs, and the Contractor's Fee applicable thereto, on the same basis as if such costs had been incurred prior to iinal payment, but not in excess of the Guaranteed Maximum Price. If adjustments to the Contract Sum are provided for in Section 5.1.7, the amount of those adjustments shall be recalculated, taking into account any reimbursements made pursuant to this Section 12.2.4 in determining the net amount to be paid by the Owner to the Contractor, including adjustment of any Savings calculations. § 12.31nterest Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) No interest shall be due on any payment due or unpaid unless the Contractor is found to be owed the payment under the Contract Documents, in which event interest shall be paid from the day after payment was due at the then current Wall Street Journal Prime Rate plus one percent (1%). ARTICLE 13 DISPUTE RESOLUTION § 13.1 Initial Decision Maker The Architect will serve as Initial Decision Maker pursuant to Article 15 of AIA Document A201-2017, unless the parties appoint below another individual, not a parry to the Agreement, to serve as Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) N/A. The Owner and Contractor agree that any unresolved Claim shall be the subject of good faith negotiations prior to mediation or binding dispute resolution. There shall be no Initial Decision Maker. § 13.2 Binding Dispute Resolution Far any Claim subject to, but not resolved by mediation pursuant to Article 15 of AIA Document A201-2017, the method of binding dispute resolution shall be as follows: (Check the appropriate box.) [] Arbitration pursuant to Secrion 15 of AIA Document A201-2017 [] Litigation in a court of competent jurisdiction Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. � 6 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA [ X] Other (Specify) (See Sections 13.2.1 and 13.2.2, below) § 13.2.1 Any dispute not resolved by mediation as described above shall be decided by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then obtaining. Notwithstanding the foregoing—if such unilateral election by the Owner is allowed by applicable Law and litigation, rather than arbitration is reasonably necessary in order for the Owner to join all parties needed for a full resolution of a dispute in the same proceeding (including, without limitation, the Architect) Owner may elect to submit the dispute to litigation. If Owner elects to submit any dispute to litigation, Owner shall notify Contractor of such election within a reasonable time following service upon the electing party of a notice of an arbitration proceeding brought against the Owner. Contractor agrecs to abide by such decision and agrees further that Owner's election (if any) to resolve disputes by litigation shall be specifically enforceable under applicable Law. If such unilateral election on the part of the Owner is not enfarceable under applicable Law, the parties acknowledge and agree that all disputes will be resolved by binding arbitration. § 13.2.2 Without limiting the foregoing, in the event that any claim, dispute, controversy or other matter is required to be resolved by litigation as provided above, the parties hereby agree that any action brought or maintained to resolve such claim, dispute, or other matter shall be brought in a court of competent jurisdiction in the county in which the Project is located, unless disputes between Owner and other parties needed for full resolution, including, without limitation, Architect, requires disputes to be resolved in a different court, in which event, Contractor agrees to have disputes resolved in the same county as the Architect. Further, to the fullest extent allowed by Law, the parties hereto waive the right of trial by jury and agree that, in any such action, the judge, without the assistance of a jury, shall be the finder of fact. Consistent therewith, the parties agree and acknowledge as follows: WAIVER OF JURY—IN THE EVENT THAT LITIGATION IS AUTHORIZED PURSUANT TO OR ARISING FROM TH�S AGREEMENT AND IS BROUGHT FOR THE RESOLUTION OF ANY CLAIM, DISPUTE, OR ANY OTHER MATTER IN QUESTION BETWEEN THE PARTIES OR OTHERWISE ARISING FROM THE PROJECT OR THE AGREEMENT, THE PARTIES DO HEREBY KNOWINGLY, VOLUNTARILY, AND INTENTIONALLY WAIVE THE RIGHT EACH MAY HAVE TO A TRIAL BY JURY IN RESPECT TO ANY SUCH LITIGATION AND THE ISSUES TO BE TRIED THEREIN. IT IS THE INTENT OF THE PARTIES THAT, IN ANY SUCH LITIGATION BETWEEN THE PARTIES, ALL ISSUES IN SUCH LTTIGATION SHALL BE TRIED TO A JUDGE AND NOT A JURY. ARTICLE 14 TERMINATION OR SUSPENSION § 14.1 Termination § 14.1.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2017. § 14.1.2 Termination by the Owner for Cause § 14.1.2.1 If the Owner terminates the Contract for cause as provided in Article 14 of AIA Document A201-2017, the amount, if any, to be paid to the Contractor under Article 14 of AIA Document A201-2017 shall not cause the Guaranteed Maximum Price to be exceeded, nor shall it exceed an amount calculated as follows: .1 Take the Cost of the Work incurred by the Contractor to the date of termination; .2 Add the Contractor's Fee, computed upon the Cost of the Work to the date of terminarion at the rate stated in Section 5.1.1 or, if the Contractor's Fee is stated as a fixed sum in that Section, an amount that bears the same ratio to that fixed-sum Fee as the Cost of the Work at the time of terminarion bears to a reasonable estimate of the probable Cost of the Work upon its completion; .3 Subtract the aggregate of previous payments made by the Owner; and .4 Subtract the costs and damages incurred, or to be incurred, by the Owner under Article 14 of AIA Document A201-2017. § 14.1.2.2 The Owner shall also pay the Contractor fair compensation, either by purchase or rental at the election of the Owner, for any equipment owned by the Contractor that the Owner elects to retain and that is not otherwise included in the Cost of the Work under Section 14.1.2.1.1. To the extent that the Owner elects to take legal assignment of subcontracts and purchase orders (including rental agreements), the Contractor shall, as a condition of receiving the payments referred to in this Article 14, execute and deliver all such papers and take all such steps, including the legal assignment of such subcontracts and other contractual rights of the Contractor, as the Owner may require for the Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. � 7 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA purpose of fully vesting in the Owner the rights and benefits of the Contractor under such subcontracts or purchase orders. § 14.1.3 Termination by the Owner for Convenience If the Owner terminates the Contract for convenience in accordance with Article 14 of AIA Document A201-2017, then the Owner shall pay the Contractor a termination fee as follows: (Insert the amount of or method for determining the fee, if any, payable to the Contractor following a termination for the Owner's convenience.) In the event the Owner terminates the contract for Owner's convenience within six months of the notice to proceed, then Contractor shall be entitled to recover, in addition to those costs Contractor has actually incurred prior to such termination, three (3) months of general conditions cost. In the event Owner terminates for Owner's convenience after the Work is 40% complete, Contractor shall only be entitled to recover those costs provided in Article 14 of AIA Document A201-2017. § 14.2 Suspension The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2017; in such case, the Guaranteed Maximum Price and Contract Time shall be increased as provided in Article 14 of AIA Docmnent A201-2017. ARTICLE 15 MISCELLANEOUS PROVISIONS § 15.1 Where reference is made in this Agreement to a provision of AIA Document A201-2017 or another Contract Document, the reference refers to that provision as amended or modified by the parties to the Contract. Unless otherwise stated, where reference is made to a particular Article or Section, the reference means the corresponding Article or Secrion in the document where the reference appears. § 15.2 The Owner's representative: (Name, address, email address and other inf'ormation) Tim Shaughnessy 901 S. Mopac Expressway Building 3, Suite 220 Ausrin, TX 78746 Phone: 512-538-1034 Email: Tim@hpitx.com § 15.2.1 Thc Owner's representative is authorized to act on the Owner's behalf with respect to the Project. From time to time, the Owner also may designate other representatives who are authorized to act on the Owner's behalf with respect to the Project and may modify or revoke the authority of any such representatives in writing. § 15.3 The Contractor's representative: (Name, address, email address and other information) Erling Hem 10210 N. Central Expressway, Suite 212 Dallas, Texas 75231 Phone: (609) 276-8551 E-mail: ehem@blacklandpartners.net § 15.4 The Contractor's representative shall not be changed without ten days' prior notice to the Owner. § 15.5 Insurance and Bonds § 15.5.1 The Owner and the Contractor shall purchase and maintain insurance as set forth in AIA Document A102TM-2017, Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price, Exhibit A, Insurance and Bonds, and elsewhere in the Contract Documents. Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. �$ This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 15.5.2 The Contractor shall provide bonds, if any, as set forth in AIA Document A102T�2017 Exhibit A, and elsewhere in the Contract Documents. § 15.6 Notice in electronic format, pursuant to Arricle 1 of AIA Document A201-2017, may be given in accordance with AIA Document E203TM-2013, Building Information Modeling and Digital Data Exhibit, if completed, or as otherwise set forth below: (If other than in accordance with AIA Document E203-2013, insert requirements for delivering notice in electronic format such as name, title, and email address of the recipient and whether and how the system will be required to generate a read receipt for the transmission.) Notice shall be given only as provided in Secrion 1.6 of AIA Document A201-2017. § 15.7 Other provisions: § 15.7.1 Any uncertainty or ambiguity in this Contract shall not be interpreted or construed against the Owner or Contractor because of either party's involve�nent in drafting it. § 15.7.2 No act or failure to act by the Owner or Contractor constitutes a waiver of any right, remedy, obligation or duty afforded them under the Contract or Law, or approval of, or acquiescence in, any breach of contract or negligence of the other party, except as stated in the Contract or otherwise agreed in writing. § 15.7.3 The parties may sign this Agreement in counterparts. Together the counterparts shall constitute a complete document. Signatures transmitted electronically shall have the same effect as physical delivery of the paper bearing the original signatures. ARTICLE 16 ENUMERATION OF CONTRACT DOCUMENTS § 16.1 This Agreement is comprised of the following documents: .1 This AIA Document A102T'"-2017, Standard Form of Agreement Between Owner and Contractor .2 AIA Document A102TM-2017, Exhibit A, Insurance and Bonds, as modified .3 AIA Document A201TM-2017, General Condirions of the Contract for Construction, as modified .4 AIA Document E203TM-2013, Building Informarion Modeling and Digital Data Exhibit, dated as indicated below: (Insert the date of �the E203-2013 incorporated into this Agreement.) AIA Document E203TM-2013 is not applicable. .5 Drawings Number Title Date As set forth in Exhibit B to this Agreement. .6 Specifications Section Title Date Pages As set forth in Exhibit B to this Agreement. Addenda, if any: Number Date Pages As set forth in Exhibit B to this Agreement. (Paragraph deleted) .8 Other Exhibits: (Check all boxes that apply.) Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. � g This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA � � Title N/A Date Pages [ X] Supplementary and other Conditions of the Contract, if any: Document Title Date As set forth in the Specifications. Pages Although the Specifications might contain Supplementary Conditions and other terms and conditions similar to, or intended to modify, those in the documents listed in Sections 16.1.1, 16.1.2, and 16.1.3 (the "AIA Documents"), the parties intend those terms and conditions to supplement the AIA Documents, not to modify, contradict, or supersede them. In the event of a conflict or discrepancy between the terms and conditions the AIA Documents and those in the Specifications, the Contract Documents shall take precedence and control as set forth in Section 1.2.4 of AIA Document A201-2017. .9 Other documents, if any, listed below: (List here any additional documents that are intended to form part of the Contract Documents. AIA Document A201-2017 provides that the advertisement or invitation to bid, Instructions to Bidders, sample forms, the Contractor's bid or proposal, portions ofAddenda relating to bidding or proposal requirements, and other information furnished by the Owner in anticipation of receiving bids or proposals, are not part of the Contract Documents unless enumerated in this Agreement. Any such documents should be listed here only if intended to be part of the Contract Documents.) Exhibit A Exhibit B: Exhibit C: Exhibit D: Exhibit E: Exhibit F: Exhibit G: Exhibit H: Exhibit L• AIA Document E204TM-2017, Sustainable Projects Exhibit, dated as indicated below: (Insert the date of the E204-2017 incorporated into this Agreement.) AIA Document E204TM-2017 is not applicable. The Sustainability Plan: Insurance and Bonds List of Specifications, Drawings and Addenda Schedule of Values Schedule Qualifications and Clarifications Not used Not used Supplemental Condirions (Communiry Facilities Agreement) Retainage Related Items § 16.2 The Contract Documents may not be modified in any respect without the Owner's prior written consent. The Owner has not authorized anyone to orally modify or waive any provision or any of the Contractor's duties and obligations under the Contract Documents. Any modification, waiver, or consent granted to the Contractor is limited to the specific matters the Owner approves in writing, and does not otherwise relieve the Contractor of any other duties or obligations under the Contract Documents. No constructive changes will be recognized or allowed. This Agreement entered into as of the day and year first written above. Init. AIA Document A102 — 2017. Copyright OO 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. 20 This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA HPIMF BONDS LAND MF1 DFW005 LP, a Texas limited partnership By: HPIMF Bonds GP DFWO10 LLC, a Texas limited liability company, its general partner DocuSigned by: By: �� Tim�T"i�t%�4����5 4�Vfanager Blackland Partners, LLC a Texas limited liability company Signed by: By. (,�,a.St, I�jc,a�uv'c-�av'� Chase �eau"rega`rc��'Vice President Init. AIA Document A102 — 2017. Copyright O 1920, 1925, 1951, 1958, 1961, 1963, 1967, 1974, 1978, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. 2 � This document was produced at 10:27:01 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for resale, is licensed for one-time � use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail doci nfo@aiacontracts. com. UserNotes: (1110395499) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA O .1�',/�, = -��== Document A201 ° - 2017 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) Bonds Ranch THE OWNER: (Name, legal status and address) HPIMF BONDS LAND MF1 DFW005 LP 901 S. Mopac Expressway Building 3, Suite 220 Austin, TX 78741 Attn: Tim Shaughnessy Phone: 512-538-1034 Email: Tim@hpitx.com THE ARCHITECT: (Name, legal status and address) Archon Corporation 210 North Park Blvd., Suite 100 Grapevine, Texas 76051 TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3 4 5 6 7 8 9 10 11 12 13 CONTRACTOR ARCHITECT SUBCONTRACTORS CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS CHANGES IN THE WORK TIME PAYMENTS AND COMPLETION PROTECTION OF PERSONS AND PROPERTY INSURANCE AND BONDS UNCOVERING AND CORRECTION OF WORK MISCELLANEOUS PROVISIONS ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. For guidance in modifying this document to include supplementary conditions, see AIA Document A503T"^, Guide for Supplementary Conditions. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The � American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA 14 TERMINATION OR SUSPENSION OF THE CONTRACT 15 CLAIMS AND DISPUTES Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA (Paragraphs deleted) ARTICLE 1 GENERAL PROVISIONS § 1.1 Basic Definitions § 1.1.1 The Contract Documents The Contract Documents are enumerated in the Agreement between the Owner and Contractar (hereinafter the Agreement) and consist of the Agreement, Conditions of the Contract (General, Supplementary and other Conditions), as revised, Drawings, Specifications, Addenda issued prior to execution of the Contract, other documents listed in the Agreement, and Modifications issued after execution of the Contract. A Modification is (1) a written amendment to the Contract signed by both parties, (2) a Change Order, (3) a Construction Change Directive, ar(4) a written order for a minor change in the Work issued by the Architect. Unless specifically enumerated in the Agreement, the Contract Documents do not include the advertisement or invitation to bid, Instructions to Bidders, sample forms, other information furnished by the Owner in anticipation of receiving bids or proposals, the Contractor's bid or proposal, or portions of Addenda relating to bidding ar proposal requirements. § 1.1.2 The Contract The Contract Documents form the Contract. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. The Contract may be amended or modified only by a Modification. The Contract Documents shall not be construed to create a contractual relationship of any kind (1) between the Contractor and the Architect or the Architect's consultants, (2) between the Owner and a Subcontractor or a Sub-subcontractor, (3) between the Owner and the Architect or the Architect's consultants, or (4) between any persons ar entities other than the Owner and the Contractor. § 1.1.3 The Work The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill the Contractor's obligations under the Contract Documents. The term "perform," however conjugated, also means "provide" and "supply". The Work might constitute the whole or a part of the Project. § 1.1.4 The Project The Project is thc total construction of which the Work performed under the Contract Documents might be the wholc or a part and which may include construction by the Owner and by Separate Contractors. § 1.1.5 The Drawings The Drawings are the graphic and pictorial portions of the Contract Documents showing the design, location and dimensions of the Work, generally including plans, elevations, sections, details, schedules, and diagrams. § 1.1.6 The Specifications The Speciiications are that portion of the Contract Documents consisting of the written requirements for materials, equipment, systems, standards and warkmanship for the Work, and performance of related services. § 1.1.7 Instruments of Service Instruments of Service are the Drawings, Specifications and other documents or representarions, in any medium of expression now known or later developed, of the tangible and intangible creative work performed by the Architect and the Architect's consultants, or other design professionals, to describe and define the Work. Instruments of Service might include, without limitation, studies, surveys, models, sketches, drawings, speciiications, and other similar materials. (Paragraphs deleted) § 1.1.8 Contractor Parties As used in the Contract Documents, the term "Contractor Parries" means and includes the Contractor, its Subcontractors, Sub-subcontractors (each as defined in Article 5 below), and suppliers, and anyone directly or indirectly employed, retained or contracted by any of them or anyone for whose acts any of them is responsible or liable. Init. AIA Document A201 — 2017. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 3 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 1.1.9 Laws As used in the Contract Documents, the terms "Law" and "Laws" mean and include all federal, state and local laws, statutes, codes, ordinances, orders, rules, regulations and requirements that have been duly authorized and are currently in effect or hereinafter enacted, including judicial opinions and precedential authority in the applicable jurisdiction, and environmental laws, rules and regulations relating to life safety, the Fair Housing Act, and the Americans with Disabilities Act, that are applicable to the Contractor Parties, the Contract, the Work and the Project. § 1.2 Correlation and Intent of the Contract Documents § 1.2.1 The intent of the Contract Documents is to include all items necessary for the proper performance and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required consistent with the Contract Documents and reasonably inferable from them as being necessary or appropriate to produce the indicated results. In the event of a conflict or ambiguity between the Contract Documents, the more stringent (i.e. the most expensive) requirement shall controL If there is any inconsistency in the Drawings or between the Drawings and the Specifications, unless otherwise ordered in writing by Owner or Architect, the Contractor shall provide the better qualiry of, or the greater quanriry of Work. § 1.2.1.1 The invalidiry of any provision of the Contract Documents shall not invalidate the Contract or its remaining provisions. If it is determined that any provision of the Contract Documents violates any Law, or is otherwise invalid or unenforceable, then that provision shall be revised to the extent necessary to make that provision legal and enforceable. In such case the Contract Documents shall be construed, to the fullest extent permitted by Law, to give effect to the parties' intentions and purposes in executing the Contract. § 1.2.2 Organization of the Specifications into divisions, sections and articles, and arrangement of Drawings shall not control the Contractor in dividing the Wark among Subcontractors or in establishing the extent of Wark to be performed by any trade. § 1.2.3 Unless otherwise stated in the Contract Documents, words that have well-known technical ar construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. § 1.2.4 DISCREPANCIES AND CONFLICTS In the event of a discrepancy or conflict within or between any of the Contract Documents, the following Contract Documents take precedence and apply in the following order: .1 the Agreement and these General Conditions govern over all other Contract Documents; .2 unless otherwise stated in the Specifications, the Specifications govern over Drawings; .3 Drawings of larger scale govern over those of smaller scale; .4 figured dimensions shown on a Drawing govern even though they differ from dimensions scaled on the Drawing; .5 descriptive writings govern over legends indicating material or conditions; and .6 the provision or interpretation resulting in the greater quantity and quality of Wark or materials shall prevail. § 1.3 Capitalization Terms capitalized in these General Condirions include those that are (1) specifically defined, (2) the titles of numbered arricles, or (3) the titles of other documents published by the American Insritute of Architects. § 1.4 Interpretation In the interest of brevity the Contract Documents frequently omit modifying words such as "all" and "any" and articles such as "the" and "an," but the fact that a modifier or an article is absent from one statement and appears in another is not intended to affect the interpretation of either statement. When used in the Contract Documents, unless the context clearly dictates otherwise, the singular includes the plural, and vice versa, and the disjuncrive "or" includes the conjunctive "and," and vice versa. § 1.5 Ownership and Use of Drawings, Specifications, and Other Instruments of Service § 1.5.1 The Instruments of Service, including the Drawings and Specifications, are the property of their respective owners, who retain all common law, statutory, and other reserved rights in their Instruments of Service, including copyrights. The Contractor, Subcontractors, Sub-subcontractors, and suppliers shall not own or claim a copyright in Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 4 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA the Instruments of Service. Submittal or distribution to meet official regulatory requirements or for other purposes in connection with the Project is not to be construed as publication in derogation of any copyrights or other reserved rights. § 1.5.2 The Contractor, Subcontractors, Sub-subcontractors, and suppliers are authorized to use and reproduce the Instruments of Service provided to them solely and exclusively for performance of the Work. All copies made under this authorization shall bear the copyright notice, if any, shown on the Instruments of Service. The Contractor, Subcontractors, Sub-subcontractors, and suppliers may not use the Instruments of Service on other projects or for additions to the Project outside the scope of the Work without the specific written consent of the owners of such Instruments of Service. § 1.6 Notice § 1.6.1 Except as otherwise providcd in Section 1.6.2, wherc the Contract Documents require one party to notify or give notice to the other party, such notice shall be provided in writing to the designated representative of the party to whom the notice is addressed and shall be deemed to have been duly served if delivered in person, by mail, by reputable overnight delivery service providing proof of delivery (e.g., FedEx, UPS, DHL), or by electronic transmission (electronic mail). § 1.6.2 Notice of Claims as provided in Section 15.13 shall be provided in writing and shall be deemed to have been duly served only if delivered to the designated representative of the party to whom the notice is addressed by certified or registered mail, or by reputable overnight delivery service providing proof of delivery (e.g., FedEx, UPS, DHL), or by electronic transmission (electronic mail); provided, however, that any Claim sent to Owner via email shall be included in the report described in § 1.6.3 hereinbelow. § 1.6.3 Contractor shall maintain a record of notices provided under Article 1.6.2 and provide Owner a report detailing such notices no less than monthly. § 1.7 Digital Data Use and Transmission The parties may agree upon protocols governing the transmission and use of Instruments of Service or any other information or documentation in digital form. � (Paragraphs deleted) ARTICLE 2 OWNER § 2.1 General § 2.1.1 The Owner is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The Owner shall designate in writing a representative who shall have express authority to bind the Owner with respect to all matters requiring the Owner's approval or authorization. Except as otherwise provided in Section 42.1, the Architect does not have such authority. The term "Owner" means the Owner or thc Owner's designatcd representative, as appropriate. The term "Owner Parties" means the Owner and its officers, directors, managers, governors, members, partners, limited partners, shareholders, agents, employees, or afiiliated entities of any of them. § 2.1.2 The Owner shall furnish to the Contractor, within fifteen days after receipt of a written request, information reasonably necessary and relevant for the Contractor to evaluate, give notice of, or enforce mechanic's lien rights. Such information shall include a correct statement of the record legal title to the property on which the Project is located, usually referred to as the site, and the Owner's interest therein. § 2.2 Evidence of the Owner's Financial Arrangements § 2.2.1 Prior to commencement of the Work and upon written request by the Contractor, the Owner shall furnish to the Contractor reasonable evidence that the Owner has made financial arrangements to fulfill the Owner's obligations under the Contract. The Contractor shall have no obligation to commence the Work until the Owner provides such evidence. If commencement of the Wark is delayed under this Section 2.2.1, the Contract Time shall be extended appropriately. § 2.2.2 Following commencement of the Work and upon written request by the Contractor, the Owner shall furnish to the Contractor reasonable evidence that the Owner has made financial arrangements to fulfill the Owner's obligations under the Contract only if (1) the Owner fails to make payments to the Contractor as the Contract Documents require; Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA (2) the Contractor idenrifies in writing a reasonable concern regarding the Owner's ability to make payment when due; or (3) a change in the Work materially increases the Contract Sum. If the Owner fails to provide such evidence within 21 days of the Contractor's written request, the Contractor may stop the Work following written norice to the Owner that the Work will be stopped. If the Work is stopped under this Section 2.2.2, the Contract Time shall be extended appropriately and the Contract Sum shall be increased by the amount of the Contractor's necessary and documented costs of shutdown and start up. § 2.2.3 After the Owner furnishes evidence of financial arrangements under this Section 2.2, the Owner may materially vary such financial arrangements with prior notice to the Contractor. § 2.2.4 Where tbe Owner has designated informarion furnished under this Section 2.2 as "confidential,° the Contractor shall keep the informarion confidenrial and shall not disclose it to any other person. However, the Contractor may disclose "confidenrial" information, after seven (7) days' notice to the Owner, where disclosure is required by law, including a subpoena or other form of compulsory legal process issued by a court or governmental entity, ar by court or arbitrator(s) order. The Contractor may also disclose "confidential" information to its employees, consultants, sureties, Subcontractors and their employees, Sub-subcontractors, and others who need to know the content of such information solely and exclusively for the Project and who agree to maintain the confidentiality of such information. § 2.3 Information and Services Required of the Owner § 2.3.1 Except for permits and fees that are the responsibility of the Contractor under the Contract Documents, including those required under Section 3.7.1, the Owner shall secure and pay for necessary approvals, easements, assessments and charges required for construction, use or occupancy of permanent structures or for permanent changes in existing facilities. § 2.3.2 The Owner has retained an architect lawfully licensed or registered to practice architecture, or an entity lawfully practicing architecture, in the jurisdiction where the Project is located. That person or entity is identified as the Architect in the Agreement and is referred to throughout the Contract Documents as if singular in number. § 2.3.3 If the employment of the Architect terminates, the Owner may employ a successor whose status under the Contract Documents shall be that of the Architect. § 2.3.4 The Owner shall furnish surveys describing physical characterisrics, legal limitations and utility locations for the site of the Project, and a legal description of the site. The Contractor shall be entitled to reasonably rely on the accuracy of informarion furnished by the Owner but shall exercise proper precautions relating to the safe performance of the Work. The Contractor shall promptly report to the Owner and Architect if Contractor becomes aware of any conflicts, errors, or omissions in information furnished by Owner § 2.3.5 The Owner shall furnish information or services required of the Owner by the Contract Documents with reasonable promptness so as not to delay the progress of the Work. The Owner shall also furnish any other information or services under the Owner's control and relevant to the Contractor's performance of the Work with reasonable promptness so as not to delay the progress of the Work after receiving the Contractor's written request for such information or services. § 2.3.6 Unless otherwise provided in the Contract Documents, the Owner shall furnish to the Contractor one copy of thc Contract Documents for purposes of making reproductions pursuant to Section 1.5.2. At the Contractor's request and solely for the Contractor's convenience, such documents may be furnished in an electronic form to (1) a commercial printer solely for the purpose of making reproductions, at the Contractor's expense, pursuant to Section 1.5.2, ar(2) the Contractor solely for use in performance of the Work. The Contractor acknowledges that discrepancies could exist between the printed and sealed documents and the electronic form of such documents, and that the printed and sealed documents govern in the event of such discrepancies. § 2.4 Owner's Right to Stop the Work If the Contractor fails to correct Work that is not in accordance with the requirements of the Contract Documents as required by Section 12.2 ar fails to carry out Wark in accordance with the Contract Documents, the Owner may issue a written order to the Contractor to stop the Wark, ar any portion thereof, until the cause for such order has been eliminated; however, the right of the Owner to stop the Work shall not give rise to a duty on the part of the Owner to exercise this right for the benefit of the Contractor or any other person or entity, except to the extent required by Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 6 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Section 6.1.3. The Owner's failure to stop the Work shall not in any way limit or otherwise modify the Contractar's obligations to perform the Work in accordance with the Contract Documents. The foregoing rights of the Owner shall be in addition to those rights set forth in Article 14 herein and any other rights of Owner in law or equity. Any written order to the Contractor to stop the Work for nonconformance to the Contract Documents shall not provide cause for extension of the time to complete the work according to Article 8. § 2.5 Owner's Right to Carry Out the Work If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a five-day period after receipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may, without prejudice to other remedies the Owner may have, correct such default or neglect by whatever reasonable method the Owner deems expedient. Upon such action by the Owner, the Owner or Architect may, pursuant to Section 9.5.1, withhold or nullify a payment or Certificate for Payment in whole or in part, to the extent reasonably necessary to reimburse the Owner for the reasonable cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's additional services including a 4% markup on all associated costs made necessary by such default, neglect, or failure. If current and future payments are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner upon demand. If the Contractor disagrees with the acrions of the Owner or the Architect, or the amounts claimed as costs to the Owner, the Contractor may file a Claim pursuant to Article 15. § 2.6 EXTENT OF OWNER RIGHTS § 2.6.1 The rights stated in this Article 2 and elsewhere in the Contract Documents are cumulative and not in limitation of any rights of the Owner (i) granted in the Contract Documents, (ii) at law, ar(iii) in equity. § 2.6.2 In no event shall the Owner have control over, charge of, or any responsibiliry for construction means, methods, techniques, sequences, or procedures or for safety precautions and programs in connection with the Work, notwithstanding any of the rights and authority granted the Owner in the Contract Documents. § 2.7 OWNER'S RIGHT TO AUDIT § 2.7.1 The Contractor's records, which shall include but not be limited to accounting records, subcontractor files (including proposals of successful bidders), original estimates, estimating work sheets, correspondence, electronic files, schedules, change order files (including documentation covering negotiated settlements), and any other supporring documents related to Contractor's Work on the Project (all foregoing hereinafter referred to as "records") and shall be open to inspection and subject to audit, during normal working hours, by Owner's agent or its authorized representative to the extent necessary to adequately permit evaluation and verification of any invoices, payments or claims submitted by the Contractor or any of his payees. Such records subj ect to examination shall also include, but not be limited to, those records necessary to evaluate and verify direct costs as they may apply to costs associated with this Contract. ARTICLE 3 CONTRACTOR § 3.1 General § 3.1.1 The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The Contractor shall be lawfully licensed, if required in the jurisdiction where the Project is located. The Contractor shall designate in writing a representative who shall have express authority to bind the Contractor with respect to all matters under this Contract. The term "Contractor" means the Contractor or the Contractor's authorized representative. Contractor's representative, as well as Contractor's Project Manager, Superintendent, Project Engineer, and Assistant Superintendent, shall be subject to Owner's approval, and once approved, shall not be removed or changed without prior notice to Owner and Owner's approval of the proposed substitute. All costs incurred by Owner to find a suitable replacement as a result of an unauthorized substitution shall be paid by the Contractor. § 3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents and in a good and workmanlike manner. § 3.1.3 The Contractor shall not be relieved of its obligarions to perform the Work in accordance with the Contract Documents either by activities or duties of the Architect in the Architect's administration of the Contract, or by tests, inspections or approvals required or performed by persons or entities other than the Contractor. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 7 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 3.1.4 As an inducement for the Owner to enter the Contract, the Contractor represents, warrants, and agrees that: .1 it is financially solvent and able to pay all debts as they mature, and it possesses sufficient working capital to complete the Work, pay all costs associated therewith, and timely and fully perform all obligations in the Contract Documents; .2 it is able to provide the services, tools, materials, supplies, equipment, labor, and other items required to complete the Work and timely and fully perform its obligations in the Contract Documents; .3 it is authorized to do business in the state, counry and city in which the Project is located, and it is properly licensed or registered as necessary by or with all governmental and public and quasi-public authorities having jurisdiction over the Contractor, the Work, and the Project; and .4 it possesses a high level of experience, expertise, and competence in the business of administration, construction, construction management, and superintendence of projects of the size, complexity, and nature of this Project, and will perform the Wark with the care, skill, and diligence of such a contractor. § 3.1.5 The Contractor is an independent contractor and is not an employee, agent, representative, or servant of any of the Owner Parties or Architect and does not carry any responsibility for the design of the Project except as specifically required in the Contract Documents, including but not limited to fire suppression system(s), retaining walls, pool, low voltage, carports, and other systems, materials, and equipment as described in Section 3.12.10.1 herein. The Contract Documents do not establish an employer-employee relationship between the Owner and Contractor. All amounts the Contractor is required to pay its workers and employees in any jurisdiction, including compensation and benefits, are the sole responsibility of the Contractor. § 3.2 Review of Contract Documents and Field Conditions by Contractor § 3.2.1 Execution of the Contract by the Contractor is a representation that the Contractor has visited the site, become familiar with observable local conditions under which the Work is to be performed, including, without limitation, (i) the location, condition, layout, and nature of the Project site and surrounding areas, (ii) generally prevailing climatic condirions, (iii) anticipated labor supply and costs, (iv) availability and cost of materials, tools, and equipment and correlated personal observations with requirements of the Contract Documents. The Owner assumes no responsibility or liability for the safety of the Project site. Except as set forth in Section 10.3, as between Owner and Contractor, the Contractor shall be solely responsible for providing a safe place for the performance of the Work. The Owner shall not be required to make any adjustment in either the Contract Sum or the Contract Time in connection with any failure by the Contractor or any Subcontractor to have complied with the requirements of this Section 3.2.1. § 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.3.4, shall take field measurements of any existing condirions related to that porrion of the Work, and shall observe any conditions at the site affecring it. The Contractor is responsible for ascertaining correct dimensions and materials, and shall not ascertain dimensions by scaling drawings other than for purposes of providing the Guaranteed Maximum Price. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the Contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. § 3.2.3 The Contractor is not required to ascertain that the Contract Documents are in accordance with any applicable standards or Laws, but, if a discrepancy or conflict within or between any of the Contract Documents and any applicable standards or Laws becomes known to the Contractor, the Contractor shall, before proceeding with any portion of the Work affected, promptly report such discrepancy or conflict to the Architect, who shall determine the appropriate Work in accordance with the Contract Documents in consultation with the Owner. § 3.2.4 If the Contractor intends to seek additional cost or time because of clarifications or instructions the Architect issues in response to the Contractor's norices or requests for information pursuant to Sections 3.2.2 or 3.2.3, the Contractor shall submit Claims as provided in Arricle 15. If the Contractor fails to report an error, inconsistency, omission, nonconformity, discrepancy or conflict that it should have recognized in its performance of the obligations of Sections 3.2.2 or 3.2.3, the Contractor shall pay such costs and damages as would have been avoided if the Contractor had performed such obligations. If the Contractor performs those obligations, the Contractor shall not be Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The $ American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA liable to the Owner or Architect far damages resulting from errors, inconsistencies or omissions in the Contract Documents, for differences between field measurements or conditions and the Contract Documents, or for discrepancies or conflicts within or between any of the Contract Documents and any applicable standards or Laws unless the Contractor recognizes such error, inconsistency, omission or difference and knowingly failed to report it to the Architect. § 3.3 Supervision and Construction Procedures § 3.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention. The Contractor shall be solely responsible for, and have control over, construction means, methods, techniques, sequences, and procedures, and for coordinaring all porrions of the Work under the Contract. If the Contract Documents give specific instructions concerning construction means, methods, techniques, sequences, or procedures, the Contractor shall evaluate the jobsite safety thereof and shall be solely responsible for the jobsite safety of such means, methods, techniques, sequences, or procedures. If the Contractor determines that such means, methods, techniques, sequences or procedures might not be safe, the Contractor shall give timely notice to the Owner and Architect, and shall propose alternative means, methods, techniques, sequences, or procedures to the Owner and Architect. The Architect shall evaluate the proposed alternative solely for conformance with the design intent for the completed construction. Unless the Owner or Architect objects to the Contractor's proposed alternarive, the Contractor shall perform the Work using its alternative means, methods, techniques, sequences, or procedures. § 3.3.2 As between Owner and Contractor, the Contractor shall be responsible to the Owner for acts and omissions of the Contractor Parties, and all other persons or entities performing portions of the Work for, or on behalf of, any of the Contractor Parties. § 3.3.3 The Contractor shall be responsible for inspection of portions of Work already performed to determine that such portions are in proper condition to receive subsequent Work. § 3.3.4 The Contractor shall review all specified or recommended construction and installation procedures applicable to the Work, including those recommended by manufacturers and suppliers, and shall promptly report to the Owner and Architect any objections the Contractor has to such procedures and advise the Owner and Architect if any procedure deviates from good construction practice or might adversely affect or invalidate any warranry or guarantee. § 3.3.5 Inspection of the progress, quantity, or quality of the Work done by the Owner, any Owner's representative, any governmental agency, or the Architect, or any inspector, shall not relieve the Contractor of any responsibility for the compliance of the Work with the Contract Documents. No supervision or inspection by the Owner's representative, nor the authority to act nar any other actions taken by the Owner's representative shall relieve the Contractor of any of its obligations under the Contract Documents. § 3.4 Labor and Materials § 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construcrion equipment and machinery, water, heat, utilities, transportarion, and other facilities and services necessary for proper performance and Final Completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. § 3.4.2 Except in the case of minor changes in the Work approved by the Architect in accordance with Section 3.12.8 or ordered by the Architect in accordance with Section 7.4, the Contractor may make substitutions only with the written consent of the Owner, after evaluation by the Architect and in accordance with a Change Order or Construction Change Directive. If the Contractor desires to submit an alternate product or method in lieu of what has been specified or shown in the Contract Documents, the Contractor shall follow the requirements for substitutions outlined in the Specifications. If there are no substitution procedures outlined in the Specifications, then the Contractor must submit to the Architect and the Owner a full explanation of the proposed substiturion and submittal of all supporring data, including technical information, catalog cuts, warranties, test results, installation instructions, operating procedures, and other like information necessary for a complete evaluation of the substitution. § 3.4.3 The Contractor shall enforce strict discipline and good order among the Contractor Parties. The Contractor shall not permit employment of unfit persons or persons not properly skilled in tasks assigned to them. Upon the Owner's request, the Contractor shall immediately remove from the Project any person the Owner reasonably Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The g American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA considers to be incompetent or disposed to be disarderly, or for any other reason unsatisfactory or undesirable to the Owner, and that person shall not again be employed on the Project without the written consent of the Owner. § 3.5 Warranty § 3.5.1 The Contractor warrants to the Owner: (1) that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise; (2) that the Work will conform to the requirements of the Contract Documents and will be free from defects, except for those inherent in the quality of the Work the Contract Documents require or permit; (3) that the Work will be done in accordance with the Contract Documents; (4) that all products are installed per the manufacturer's instrucrions, and in such a way that the manufacturer's warranties are preserved, including the use of a manufacturer-certified installer, if required by the manufacturer. The Contractor represents and warrants to the Owner that its materials and workmanship, including without limitation, construction means, methods, procedures and techniques necessary to perform the Work, use of materials, selection of equipment and requirements of product manufacturers are and shall be consistent with: (i) good and sound practices within the construction industry; (ii) generally prevailing and accepted industry standards applicable to the Work; (iii) requirements of any warranties applicable to the Work subject to Paragraph 3.2.3. Work, materials, and equipment not conforming to these requirements, including substitutions not properly approved by the Owner in writing, may be considered defective, and promptly after written norificarion shall be repaired or replaced by Contractor. The Contractor's warranty excludes remedy for damage or defect caused by anyone other than the Contractor Parties, including abuse, alterations to the Work, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. § 3.5.2 All material, equipment, or other special warranties and guarantees required by the Contract Documents or otherwise applicable to the Work shall be issued in the name of the Owner, or shall be transferred or assigned to the Owner, and shall commence in accordance with Section 9.8.4. The Contractor shall ensure that such warranties and guarantees are freely assignable by the Owner in the same manner as the Contract under Section 13.2. The Contractor shall perform the Work in a manner that does not adversely affect or invalidate any warranties or guarantees. The Contractor shall include a provision similar to this Section 3.5 in all contracts with Subcontractors and suppliers, and require that all Subcontractors and suppliers include a similar provision in all contracts with Sub-subcontractors. § 3.6 Taxes The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted as of the date of the Agreement, whether or not yet effective or merely scheduled to go into effect. The Contractor shall work with the Owner to reduce project taxes where possible in accordance with applicable Law. All tax savings shall be retained by, returned to, or otherwise benefit the Owner. § 3.7 Permits, Fees, Notices and Compliance with Laws § 3.7.1 Except as set forth in Section 2.2.2, the Contractor shall secure, pay for, and, as soon as practicable, furnish the Owner with copies or certificates of all trade permits and fees, licenses, and inspections necessary for the proper execution and completion of the Work, including without limitation, all building trade permits. All connection charges, assessments, or inspection fees as may be imposed by any municipal agency or utility company are included in the Contract Sum and shall be the Contractar's responsibility. I § 3.7.2 The Contractor Parties and the Wark shall comply with and give all notices required by applicable Laws. § 3.7.3 If any of the Contractor Parties performs Work that it knows or reasonably should know to be contrary to applicable Laws, the Contractor shall assume appropriate responsibility for such Work and shall bear the costs attributable to correction and damages resulting therefrom. § 3.7.4 Concealed or Unknown Conditions If the Contractor encounters conditions at the site that are (1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents ar(2) unknown physical conditions of an unusual nature that were not known at the time of entering into the Agreement or were not reasonably discoverable with reasonable and customary due diligence of the Contractor and that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than seven days after first observance of the conditions. If the Contractor suspends any Init. AIA Document A201 — 2017. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The � 0 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA operations or is delayed or impacted based on such concealed or unfareseen conditions, the Contractar shall provide prompt written notice (within one (1) business day) to the Owner and Architect. The Architect and Owner will promptly investigate such conditions and, if the Owner determines that they differ materially and cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, will recommend that an equitable adjustment, if requested and appropriate, be made in the Contract Sum or Contract Time, or both, as further set forth in Section 3.7.4.1. If the Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or that no change in the terms of the Contract is justified, the Owner shall promptly notify the Contractor of its determination in writing, staring the reasons. If the Contractor disputes the Owner's determinarion or recommendation, the Contractor may submit a Claim as provided in Arricle 15. § 3.7.4.1 If the Owner determines an equitable adjustment is appropriate under Section 3.7.4, and if the Contractor has complied with the notice requirements under that section, then the Contract Sum shall be adjusted by Change Order to the extent: (1) the Cost of the Work (excluding General Conditions Costs) increases as a result of such conditions; and (2) the General Conditions Costs increase as a result of such conditions, but only to the extent that the Substantial Completion Date has been delayed. In no event shall the Contractor be entitled to an increase in the Contract Sum for any additional costs relating to a delay in perfarmance because of such conditions described in this Section 3.7.4 (e.g., General Conditions Costs, including "standby costs," ar the Contractor's Fee related thereto), unless: (1) such delay causes the Contractor to complete the entire Work, or designated portion thereof, beyond the applicable Substantial Completion Date, and (2) the Contractor complies with the notice requirements in Section 15.12. In such event, the Contractor shall be entitled only to the additional General Conditions Costs actually incurred and arising directly from the delay and only to the extent the additional General Conditions Costs cause the Contract Sum to be exceeded. § 3.7.5 If, in the course of the Wark, the Contractor encounters human remains or recognizes the existence of burial markers, archaeological sites or wetlands not indicated in the Contract Documents, the Contractor shall immediately suspend any operations that would affect them and immediately shall notify the Owner and Architect. Upon receipt of such notice, the Owner shall promptly take action to obtain governmental authorization required to resume the operations. The Contractor shall continue to suspend such operations until otherwise instructed by the Owner in writing but shall continue with all other operations that do not affect those remains or features. Any requests for adjustments in the Contract Sum and Contract Time arising from the existence of such remains or features shall be made as provided in Article 15. § 3.8 Allowances § 3.8.1 The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. Items covered by allowances shall be supplied for such amounts and by such persons or entities as the Owner may direct, but the Contractor shall not be required to employ persons or entities to whom the Contractor has reasonable objection. § 3.8.2 Unless otherwise provided in the Contract Documents, .1 al lowances shall cover the cost to the Contractor of materials and equipment delivered at the site and all required taxes, less applicable trade discounts; .2 Contractor's costs for unloading and handling at the site, labor, installation costs, overhead, profit, and other expenses contemplated for stated allowance amounts shall be included in the Contract Sum but not in the allowances; and .3 whenever costs are more than or less than allowances, and the Owner has given prior written approval to incur such costs if they are more than the allowances, the Contract Sum shall be adjusted accordingly by Change Order. The amount of the Change Order shall reflect (1) the difference between actual costs and the allowances under Section 3.8.2.1 and (2) changes in Contractor's costs under Section 3.8.2.2. § 3.8.3 Materials and equipment to be provided under an allowance shall be selected by the Owner with reasonable promptness so as not to delay the progress of the Work. § 3.9 Superintendent and Project Managers § 3.9.1 The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during performance of the Work and able to communicate effectively with all Project participants. The superintendent shall represent the Contractor, and communications given to the superintendent shall be as binding as if given to the Contractor. The Owner shall have the right to approve such superintendents and assistants in advance. Additionally, the Contractor shall employ a competent safety professional (who may or may not be the superintendent) and necessary assistants. The safety professional shall enforce all applicable construction Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 11 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA safety standards, including any social distancing or other related guidelines to limit exposure to airborne illnesses (such as any strains of the Coronavirus), develop a progressive discipline program, monitor employee safety compliance, and document safety violations. Important communications shall be confirmed in writing. § 3.9.2 The Contractor, as soon as practicable after award of the Contract, shall notify the Owner and Architect of the name and qualifications of a proposed superintendent if different than originally proposed. Within 14 days of receipt of the information, the Owner or Architect may notify the Contractor, stating whether the Owner or the Architect (1) has reasonable objection to the proposed superintendent ar(2) requires additional time for review. Failure of the Owner or Architect to provide notice within the 14-day period shall constitute notice of no reasonable objection. Such superintendent shall be experienced, competent and capable in reading and understanding the Contract Documents and must be capable of effectively communicating in the necessary language(s) with its personnel and the personnel of all Subcontractors and Sub-subcontractors. § 3.9.3 The Contractor shall not employ a proposed superintendent or proj ect manager or key personnel to whom the Owner or Architect has made reasonable and timely objection. The Contractor shall not remove, change, or replace the superintendent or project manager or key personnel, or reassign such personnel to other projects in a manner that affects their ability to perform their duties on the Project, without the Owner's prior written consent, which shall not unreasonably be withheld or delayed. In the event any employee, agent, or consultant of any of the Contractor Parties fails to properly perform or otherwise hinders the Project's progress, the Contractor shall replace such person or entity as reasonably requested by the Owner in writing. § 3.10 Contractor's Construction and Submittal Schedules § 3.10.1 The Contractor, promptly after being awarded, and in no event later than 7 days after execution of the Contract, shall submit for the Owner's and Architect's written approval a Contractor's construction schedule for the Wark. The schedule shall contain detail appropriate for the Project, including (1) the date of commencement of the Work, interim schedule milestone dates, and the dates of Substantial Completion and Final Completion; (2) an apportionment of the Work by construction activity; and (3) the time required for completion of each portion of the Wark. The schedule shall provide for the orderly progression of the Work to completion and shall not exceed time limits current under the Contract Documents. Upon notice to and written consent of the Owner and Architect, the schedule may be revised at appropriate intervals as required by the conditions of the Work and Project. § 3.10.1.1 The Contractor shall prepare and distribute an excerpt from the progress schedule setting forth the Work activities for the next three weeks and provide to Owner and A/E at each project progress meeting. § 3.10.2 The Contractor, promptly after executing the Contract and thereafter as necessary to maintain a current submittal schedule, shall submit a submittal schedule for the Owner's and Architect's written approval. The Owner's and Architect's approval shall not be unreasonably delayed or withheld. The submittal schedule shall (1) be coordinated with the Contractar's construction schedule, and (2) allow the Owner and Architect reasonable time to review submittals. If the Contractor fails to submit a submittal schedule, or fails to provide submittals in accordance with the approved submittal schedule, the Contractor shall not be entitled to any increase in Contract Sum or extension of Contract Time based on the time required for review of submittals. § 3.10.3 The Contractor shall perform the Work in general accordance with the most recent schedules submitted to and approved by the Owner and Architect. § 3.10.4 The construction schedule shall be a detailed precedence-style critical path method ("CPM") schedule in a format satisfactory to the Owner that shall (i) provide a graphic representation of all activities and events that will occur during performance of the Work; (ii) identify each phase of construction and occupancy; and (iii) set forth dates that are critical in ensuring the timely and orderly completion of the Work in accordance with the requirements of the Contract Documents (hereinafter referred to as the "Milestone Date"). Upon review and acceptance by the Owner of the Milestone Dates, the construction schedule shall be deemed part of the Contract Documents. If not accepted, the construction schedule shall be promptly revised by the Contractor in accordance with the recommendations of the Owner and resubmitted for acceptance. The Contractor shall monitor the progress of the Wark for conformance with the requirements of the construction schedule and shall promptly advise the Owner of any delays or potential delays. The accepted construction schedule shall be updated to reflect actual conditions as set forth in section 3.10.1 or if requested by the Owner. In the event any progress report indicates any delays, the Contractor shall propose an affirmative plan to correct the delay, including overtime and/or additional labor, if necessary. In no event shall any Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The � 2 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA progress report constitute an adjustment in the Contract Time, any Milestone Date, or the Contract Sum unless any such adjustment is agreed to by the Owner and authorized pursuant to a Change Order. § 3.10.5 In the event the Owner determines that the performance of the Work, as of a Milestone Date, has not progressed or reached the level of completion required by the Contract Documents, the Owner shall have the right to order the Contractor to take corrective measures necessary to expedite the progress of construction, including without limitation, (i) working additional shifts or overtime, (ii) supplying additional manpower, equipment, and facilities. Such measures may so continue until the progress of the Work complies with the stage of completion required by the Contract Documents, and the Owner shall not incur any additional expenses required to exercise such corrective measures except to the extent that the performance of the Work has not reached the level of completion due to events caused by Owner or those entities for whom the Owner is responsible. The Owner's right to require such measures is solely for the purpose of ensuring the Contractor's compliance with the construction schedule. § 3.11 Documents and Samples at the Site The Contractor shall make available, at the Project site, the Contract Documents, including Change Orders, Construction Change Directives, and other Modifications, in good order and marked currently to indicate as-built conditions, field changes and selections made during construction, and the approved Shop Drawings, Product Data, Samples, and similar required submittals. These shall be in electronic form or paper copy, available to the Architect and Owner, and delivered to the Architect for submittal to the Owner upon Final Completion of the Work as a record of the Work as constructed. Delivery of such documents is a condition precedent to the Architect's certification of the final Application of Payment § 3.12 Shop Drawings, Product Data and Samples § 3.12.1 Shop Drawings are drawings, diagrams, schedules, and other data specially prepared for the Work by the Contractor or a Subcontractor, Sub-subcontractor, manufacturer, supplier, or distributor to illustrate some portion of the Work. § 3.12.2 Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams, and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work. § 3.12.3 Samples are physical examples that illustrate materials, equipment, or workmanship, and establish standards by which the Work will be judged. § 3.12.4 Shop Drawings, Product Data, Samples, and similar submittals are not Contract Documents. Their purpose is to demonstrate how the Contractor proposes to conform to the information given and the design concept expressed in the Contract Documents for those portions of the Work for which the Contract Documents require submittals. Review by the Architect is subject to the limitations of Section 4.2.7. Informational submittals upon which the Architect is not expected to take responsive acrion may be so identified in the Contract Documents. Submittals that are not required by the Contract Documents may be returned by the Architect without action. § 3.12.5 The Contractor shall review for compliance with the Contract Documents, approve, and submit to the Architect, Shop Drawings, Product Data, Samples, and similar submittals required by the Contract Documents, in accordance with the submittal schedule approved by the Owner and Architect or, in the absence of an approved submittal schedule, with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Owner or of Separate Contractors. § 3.12.6 By submitting Shop Drawings, Product Data, Samples, and similar submittals, the Contractor represents to the Owner and Architect that the Contractor has (1) reviewed and approved them, (2) determined and verified materials, field measurements and field construction criteria related thereto, or will do so, and (3) checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents, provided that, in making such representations, Contractor is relying on the Architect's coordination of the material elements of all the various Contract Documents. § 3.12.7 The Contractor shall perform no portion of the Work for which the Contract Documents require submittal and review of Shop Drawings, Product Data, Samples, or similar submittals, until the respective submittal has been approved by the Architect. Init. AIA Document A201 — 2017. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 13 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 3.12.8 The Work shall be in accordance with approved submittals except that the Contractar shall not be relieved of responsibiliry for deviarions from the requirements of the Contract Documents by the Owner's or Architect's approval of Shop Drawings, Product Data, Samples, or similar submittals, unless the Contractor has specifically notified the Architect in writing of such deviation at the time of submittal and (1) the Architect has given written approval to the specific deviation as a minor change in the Work, (2) a Change Order authorizes the deviation, ar(3) a Construction Change Directive has been issued authorizing the deviation. The Contractor shall not be relieved of responsibility for errars or omissions in Shop Drawings, Product Data, Samples, or similar submittals, by the Owner's or ArchitecYs approval thereof. § 3.12.9 The Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data, Samples, or similar submittals, to revisions other than those requested by the Architect on previous submittals. In the absence of such written norice, the Architect's approval of a resubmission shall not apply to such revisions. § 3.12.10 The Contractor shall not be required to provide professional services that constitute the practice of architecture or engineering unless such services are specifically required by the Contract Documents for a portion of the Work or unless the Contractor needs to provide such services in order to carry out the Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. The Contractor shall not be required to provide professional services in violation of applicable Law. § 3.12.10.1 If professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of the Contractor by the Contract Documents, the Owner and the Architect will specify all performance and design criteria that such services must satisfy. The Contractar shall be entitled to rely upon the adequacy and accuracy of the performance and design criteria provided in the Contract Documents but shall promptly notify the Owner and Architect upon its discovery of any inadequacy in such criteria. The Contractor shall cause such services or certifications to be provided by an appropriately licensed or registered design professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings, and other submittals prepared by such professional. Shop Drawings, and other 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 the Architect. The Owner and the Architect shall be entitled to rely upon the adequacy and accuracy of the services, certifications, and approvals performed or provided by such design professionals, provided the Owner and Architect have specified to the Contractor the performance and design criteria that such services must satisfy. Pursuant to this Section 3.12.10, the Architect will review and approve or take other appropriate action on submittals only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. § 3.12.10.2 If the Contract Documents require the Contractor's design professional to certify that the Wark has been performed in accordance with the design criteria, the Contractor shall furnish such certifications to the Owner and Architect at the time and in the form specified by the Architect. § 3.13 Use of Site The Contractor shall confine operations at the site to areas permitted by applicable Laws and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. If there are ongoing operations of the Owner at the site, the Contractor shall conduct the Work in a manner that minimizes or eliminates any adverse impact on the operations. § 3.14 Cutting and Patching § 3.14.1 The Contractor shall be responsible for cutting, fitting, or patching required to complete the Work or to make its parts fit together properly. All areas requiring cutting, fitting, or patching shall be restored to the condition existing prior to the cutting, fitting, or patching, unless otherwise required by the Contract Documents. § 3.14.2 The Contractor shall not damage or endanger a portion of the Work or fully or partially completed construction of the Owner or Separate Contractors by cutting, patching, or otherwise altering such construction, or by excavation. The Contractor shall not cut or otherwise alter construction by the Owner or a Separate Contractor except with written consent of the Owner and of the Separate Contractor. Consent shall not be unreasonably withheld. The Contractor shall not unreasonably withhold, from the Owner or a Separate Contractor, its consent to cutting or otherwise altering the Work. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 14 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 3.15 Cleaning Up § 3.15.1 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials and rubbish caused by operations under the Contract. At Substantial Completion and again at Final Completion of the Work, the Contractor shall remove waste materials, rubbish, the Contractor's tools, construction equipment, machinery, and surplus materials from and about the Project. § 3.15.2 If the Contractor fails to clean up as provided in the Contract Documents or as otherwise reasonably directed by the Owner, the Owner may do so and the Owner shall be entitled to prompt reimbursement from the Contractor upon demand, or a deduction in any amounts owed to the Contractor. § 3.15.3 Upon completion of the Work, and prior to final approval by Owner, the Contractor shall thoroughly clean all Work, remedy any defects and leave the Project in good condition. Specifically, ceiling and wall surfaces, floors, windows and door frames, hardware, metalwork, and interior surfaces of glass shall be thoroughly cleaned. § 3.16 Access to Work The Contractor shall provide the Owner and Architect with access to the Work in preparation and progress wherever located. § 3.17 Royalties, Patents and Copyrights The Contractor shall pay all royalties and license fees. THE CONTRACTOR SHALL DEFEND SUITS OR CLAIMS FOR INFRINGEMENT OF COPYRIGHTS AND PATENT RIGHTS AND SHALL INDEMNIFY HOLD THE OWNER AND ARCHITECT HARMLESS FROM LOSS AND EXPENSE (INCLUDING ATTORNEYS' FEES) ON ACCOLJNT THEREOF, but shall not be responsible for defense or loss when a particular design, process, or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications, or other documents prepared by the Owner or Architect. However, if an infringement of a copyright or patent is discovered by, or made known to, the Contractor, it shall promptly notify the Owner and Architect, and the Contractor shall be responsible for all resulting loss and expense (including attorneys' fees) unless the information is promptly furnished to the Owner and Architect. § 3.181NDEMNIFICATION § 3.18.1 INDEMNITY — OTHER THAN EMPLOYEE PERSONAL INJURY CLAIMS. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS OWNER, AND ITS AFFILIATED ENTITIES, INCLUDING ANY PARENT COMPANY AND SUBSIDIARIES, AND THEIR OFFICERS, PARTNERS, SHAREHOLDERS, MEMBERS, CONSULTANTS, AGENTS, EMPLOYEES, SUCCESSORS, AND ASSIGNS (THE "INDEMNIFIED PARTIES" OR "INDEMNITEES") FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEYS' FEES, ARISING OUT OF OR ALLEGED TO BE RESULTING FROM THE PERFORMANCE OF THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT OR WILLFUL ACTS OR OMISSIONS OF THE CONTRACTOR, SUBCONTRACTORS, SUB-SUBCONTRACTORS, OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY THEM OR ANYONE FOR WHOSE ACTS THEY MAY BE LIABLE. CONTRACTOR SHALL NOT BE REQUIRED TO INDEMNIFY, HOLD HARMLESS OR DEFEND THE INDEMNIFIED PARTIES AGAINST A CLAIM CAUSED BY THE NEGLIGENCE OR FAULT, OR THE BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD, OR RULE BY AN INDEMNITEE, OR OTHER PARTY OTHER THAN CONTRACTOR OR ITS AGENT, EMPLOYEE, OR SUBCONTRACTOR OF ANY TIER. § 3.18.2 INDEMNITY — EMPLOYEE PERSONAL INJURY CLAIMS. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE INDEMNIFIED PARTIES AND SHALL ASSUME ENTIRE RESPONSIBILITY AND LIABILITY (OTHER THAN AS A RESULT OF AN INDEMNIFIED PARTY'S SOLE OR GROSS NEGLIGENCE) FOR ANY CLAIM OR ACTION BASED ON OR ARISING OUT OF THE PERSONAL INJURY, INCLUDING THE DEATH, OF ANY EMPLOYEE OF THE CONTRACTOR, SUBCONTRACTORS, OR ANY SUB-SUBCONTRACTOR, OR OF ANY OTHER ENTITY FOR WHOSE ACTS THEY MAY BE LIABLE, WHICH OCCURRED OR WAS ALLEGED TO HAVE OCCURRED ON THE PROJECT SITE OR IN CONNECTION WITH THE PERFORMANCE OF THE WORK OF THIS AGREEMENT. CONTRACTOR HEREBY INDEMNIFIES THE INDEMNIFIED PARTIES EVEN TO THE EXTENT THAT SUCH PERSONAL INJURY WAS CAUSED OR ALLEGED TO HAVE BEEN CAUSED BY THE Init. AIA Document A201 — 2017. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 15 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA COMPARATIVE OR CONCURRENT NEGLIGENCE OF ANY INDEMNIFIED PARTY. THIS INDEMNIFICATION SHALL NOT BE LIMITED TO DAMAGES, COMPENSATION, OR BENEFITS PAYABLE UNDER INSURANCE POLICIES, WORKERS COMPENSATION ACTS, DISABILITY BENEFITS ACTS, OR OTHER EMPLOYEES BENEFIT ACTS. § 3.18.3 THE CONTRACTOR'S INDEMNITY OBLIGATIONS UNDER THIS SECTION 3.18 SHALL ALSO SPECIFICALLY INCLUDE, WITHOUT LIMITATION, ALL FINES, PENALTIES, DAMAGES, LIABILITY, COSTS, EXPENSES (INCLUDING, WITHOUT LIMITATION, REASONABLE ATTORNEYS' FEES) ARISING OUT OF, OR IN CONNECTION WTTH, ANY (I) VIOLATION OF OR FAILURE TO COMPLY WITH ANY LAW, STATUTE, ORDINANCE, RULE, REGULATION, CODE OR REQUIREMENT OF A PUBLIC AUTHORITY THAT BEARS UPON THE PERFORMANCE OF THE WORK BY THE CONTRACTOR, A SUBCONTRACTOR, OR ANY PERSON OR ENTITY FOR WHOM EITHER IS RESPONSIBLE, (II) MEANS, METHODS, PROCEDURES, TECHNIQUES, OR SEQUENCES OF EXECUTION OR PERFORMANCE OF THE WORK, AND (III) FAILURE TO SECURE AND PAY FOR PERMITS, FEES, APPROVALS, LICENSES, AND INSPECTIONS AS REQUIRED UNDER THE CONTRACT DOCUMENTS, OR ANY VIOLATION OF ANY PERMIT OR OTHER APPROVAL OF A PUBLIC AUTHORITY APPLICABLE TO THE WORK, BY THE CONTRACTOR, A SUBCONTRACTOR, OR ANY PERSON OR ENTITY FOR WHOM EITHER IS RESPONSIBLE. § 3.18.5 IF ANY DEFENSE OR INDEMNITY OBLIGATION OF THE CONTRACTOR UNDER THIS SECTION 3.18 OR ELSEWHERE IN THE CONTRACT IS HELD TO BE UNENFORCEABLE, THE CONTRACTOR SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE INDEMNIFIED PERSONS AND ENTITIES TO THE FULLEST EXTENT PERMITTED BY LAW. FURTHER, THE CONTRACTOR'S LIABILITY RESULTING FROM ITS DEFENSE AND INDEMNITY OBLIGATIONS UNDER THE CONTRACT SHALL NOT BE LIMITED OR AFFECTED IN ANY WAY BY INSURANCE COVERAGE OR LACK THEREOF. ARTICLE 4 ARCHITECT § 4.1 General § 4.1.1 The Architect is the person or cntity retaincd by thc Owncr pursuant to Section 2.3.2 and identified as such in the Agreement. § 4.1.2 Duties, responsibilities, and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified, or extended without written consent of the Owner, and Architect. Consent shall not be unreasonably withheld. § 4.2 Administration of the Contract § 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be an Owner's representative during construction until the date the Architect issues the Certificate of Final Completion and final Certificate for Payment. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. § 4.2.2 The Architect will visit the site at intervals appropriate to the stage of construction, or as otherwise agreed with the Owner, to become generally familiar with the progress and quality of the portion of the Work completed, and to determine in general if the Work observed is being performed in a manner indicating that the Wark, when fully completed, will be in accordance with the Contract Documents. However, the Architect will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. The Architect will not have control over, charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for the safety precautions and programs in connection with the Work, since these are solely the Contractor's rights and responsibilities under the Contract Documents. § 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and promptly report to the Owner (1) known deviations from the Contract Documents, (2) known deviations from the most recent construction schedule submitted by the Contractor and approved by the Owner and Architect, and (3) defects and deficiencies observed in the Work. The Architect will not be responsible far the Contractor's failure to perform the Work in accordance with the requirements of the Init. AIA Document A201 — 2017. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 16 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Contract Documents. The Architect will not have control over or charge of, and will not be responsible for acts or omissions of, any of the Contractor Parties. § 4.2.4 Communications The Contractor shall include the Architect in all communications that relate to or affect the Architect's services or professional responsibilities. Communications by and with the Architect's consultants shall be through the Architect. Communications by and with Subcontractors and suppliers shall be through the Contractor. Communications by and with Separate Contractors shall be through the Owner. The Contract Documents may specify other communication protocols. § 4.2.5 Based on the Architect's evaluations of the Contractor's Applications for Payment, the Architect will review and certify the amounts due the Contractor and will issue Certificates for Payment in such amounts as the Architect determines are properly due, ar notify the Owner and Contractor in writing of the Architect's reasons for withholding certification in whole or in part. § 4.2.6 The Architect has authority to reject Work that does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable, the Architect will have authority to require inspection or testing of the Work in accordance with Sections 13.4.2 and 13.4.3, whether or not the Work is fabricated, installed ar completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Owner or Architect to any of the Contractor Parties. § 4.2.7 The Architect will review and approve, or take other appropriate action upon, the Contractor's submittals such as Shop Drawings, Product Data, and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The ArchitecYs action will be taken in accordance with the submittal schedule approved by the Owner and Architect or, in the absence of an approved submittal schedule, with reasonable promptness while allowing sufficient time in the Architect's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibiliry of the Contractor as required by the Contract Documents. The Architect's review of the Contractor's submittals shall not relieve the Contractor of the obligarions under Sections 3.3, 3.5, and 3.12. The Architect's review shall not constitute approval of safety precautions or of any construction means, methods, techniques, sequences, or procedures. The Architect's approval of a specific item shall not indicate approval of an assembly of which the item is a component. § 4.2.8 The Architect will prepare Change Orders and Construction Change Directives, and may order minor changes in the Work as provided in Section 7.4. The Architect will investigate and make determinations and recommendations regarding concealed and unknown conditions as provided in Section 3.7.4. § 4.2.9 The Architect will conduct inspecrions to determine the date ar dates of Substantial Completion and the date of Final Completion; issue Certificates of Substantial Completion pursuant to Section 9.8; receive and forward to the Owner, for the Owner's review and records, written warranties, guarantees, manuals, and related documents required by the Contract and assembled by the Contractor pursuant to Section 9.10; and issue a Certificate of Final Completion and a final Certificate for Payment pursuant to Section 9.10. § 4.2.10 If the Owner and Architect agree, the Architect will provide one or more Project representatives to assist in carrying out the Architect's responsibilities at the site. The Owner shall notify the Contractor of any change in the duties, responsibilities and limitations of authority of the Project representatives. § 4.2.11 The Architect will interpret and advise the Owner or Contractor, as applicable, with respect to matters concerning performance under, and requirements of, the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with rcasonable prompmess. § 4.2.12 Interpretations of the Architect will be consistent with the intent of, and reasonably inferable from, the Contract Documents and will be in writing ar in the form of drawings. When making such interpretations, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either, and will not be liable for results of interpretations rendered in good faith. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The � 7 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 4.2.13 The Architect's interpretations on matters relating to aesthetic effect will be final if consistent with the intent expressed in the Contract Documents, and if approved by Owner. § 4.2.14 The Architect will review and respond to requests for informarion about the Contract Documents. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If appropriate, the Architect will prepare and issue supplemental Drawings and Specifications in response to the requests for information. ARTICLE 5 SUBCONTRACTORS AND SUPPLIERS § 5.1 Definitions § 5.1.1 A Subcontractor is a person or entiry who has a direct contract with the Contractor to perform a portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representarive of the Subcontractor. The term "Subcontractor" does not include a Separate Contractor or the subcontractors of a Separate Contractor. § 5.1.2 A Sub-subcontractor is a person or entity who has a direct ar indirect (at any tier) contract with a Subcontractor to perform a portion of the Wark at the site. The term "Sub-subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub-subcontractor or an authorized representative of the Sub-subcontractor. § 5.1.3 The term "supplier" means a person or entity who has a direct or indirect (at any tier) contract with the Contractor to provide materials, equipment, tools, construcrion equipment, machinery, water, heat, utilities, transportation or any other items or facilities in connection with the Work, and no labor. § 5.2 Award of Subcontracts and Other Contracts for Portions of the Work § 5.2.1 Unless otherwise stated in the Contract Documents, the Contractor, as soon as practicable after executing the Contract, shall notify the Owner and Architect of the persons or entities proposed for each principal portion of the Work, including those who are to furnish materials or equipment fabricated to a special design. If requested, the Contractar also shall furnish evidence satisfactory to the Owner showing that a proposed Subcontractor ar Sub-subcontractor is competent, qualified, able, legally authorized, and properly licensed or registered, if necessary, to perform its portion of the Work. Within 14 days of receipt of the information, the Owner may notify the Contractor whether the Owner or the Architect (1) has reasonable objection to any such proposed person or entity or (2) requires additional time for review. § 5.2.2 The Contractor shall not contract with a proposed person or entity that is not competent, qualified, able, legally authorized, and properly licensed or registered, if necessary, to perform its portion of the Work, or to whom the Owner or Architect has made reasonable and timely objection. The Contractor shall not be required to contract with anyone to whom the Contractor has made reasonable objection. § 5.2.3 If the Owner or Architect has reasonable objection to a person or entity proposed by the Contractor, the Contractor shall propose another to whom the Owner or Architect has no reasonable objecrion. If the proposed but rejected Subcontractor was reasonably competent, qualified, able, legally authorized, and properly licensed or registered, if necessary, to perform its portion of the Work, the Contract Sum and Contract Time shall be increased or decreased by the difference, if any, occasioned by such change, and an appropriate Change Order shall be issued before commencement of the substitute Subcontractor's Work. However, no increase in the Contract Sum ar Contract Time shall be allowed for such change unless the Contractor has acted promptly and responsively in submitting names as required. § 5.2.4 The Contractor shall not substitute a Subcontractor, person, or entiry for one previously selected if the Owner or Architect makes reasonable objection to such substitution. § 5.2.5 Upon request, the Contractor shall provide the Owner copies of its contracts with Subcontractors, Sub-subcontractors and suppliers. § 5.2.6 The Contractor shall disclose the existence and extent of any financial interest, whether direct or indirect, it or any of its principals or employees has in Subcontractors or Sub-subcontractors that it proposes for this Project. The Init. AIA Document A201 — 2017. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The �$ American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Contractor shall not perform any trade portion of the Work with the Contractor's own personnel, or through any enrity related or affiliated with the Contractor or in which the Contractor has direct or indirect interest, ownership or control, unless the Contractor has obtained at least three bids for such portion of the Work and the Owner has agreed in writing after full written disclosure of the parties' relationship. § 5.3 Subcontractual Relations By appropriate written agreement, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities, including the responsibiliry for safery of the Subcontractor's Work that the Contractor, by these Contract Documents, assumes toward the Owner and Architect. In addition to other specific obligations of Subcontractors under this Contract, each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Wark to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies, and redress against the Coniractor that the Contractor, by the Contract Documents, has against the Owner. Wbere appropriate, the Contractor shall require each Subcontractar to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execurion of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement that are at variance with the Contract Documents. The Contractor shall require and assure that Subcontractors will similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors. The Owner shall have no obligation to pay, or to be responsible in any way for payment to, a Subcontractor or Sub-subcontractor unless Owner accepts assignment pursuant to Section 5.4 hereinbelow. 5.4 Contingent Assignment of Subcontracts 5.4.1 Each subcontract agreement for a portion of the Work is assigned by the Contractor to the Owner, provided that .1 assignment is effective only after termination of the Contract by the Owner for cause pursuant to Section 14.2 and only for those subcontract agreements that the Owner accepts by notifying the Subcontractor and Contractor in writing; and .2 assignment is subject to the prior rights of the surety, if any, obligated under bond relating to the Contract. When the Owner accepts the assignment of a subcontract agreement, the Owner assumes the Contractor's rights and subsequent obligations under the subcontract. Assignment does not relieve the Contractor of its obligations under the assigned subcontract ar the Contract Documents, nor shall any assignment be deemed a waiver by the Owner of any action or claim that the Owner could assert against the Contractor. § 5.4.2 Upon such assignment, if the Work has been suspended for more than 30 days, not due to any breach of contract or negligence of the Subcontractor, the Subcontractor's compensarion shall be equitably adjusted for increases in cost resulting from the suspension, if requested and appropriate. § 5.4.3 Upon assignment to the Owner under this Section 5.4, the Owner may further assign the subcontract to a successor contractor or other entity. § 5.4.4 The Owner shall have the right to request from any Subcontractor at any time during the course of construction, a notarized affidavit stating the amount of monies which have been paid to the Subcontractor as of any certain stipulated date. ARTICLE 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS § 6.1 Owner's Right to Perform Construction and to Award Separate Contracts § 6.1.1 The term "Separate Contractor(s)" shall mean other contractors retained by the Owner under separate agreements. The Owner reserves the right to perform construction or operations related to the Project with the Owner's own forces, and with Separate Contractors. § 6.1.2 When separate contracts are awarded for different portions of the Proj ect or other construction or operations on the site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Owner-Contractor Agreement. Init. AIA Document A201 — 2017. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The � g American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 6.1.3 The Owner shall provide for coardination of the activities of the Owner's own forces and of each Separate Contractor with the Work of the Contractor, who shall cooperate with them. The Contractor shall participate with any Separate Contractors and the Owner in reviewing their construction schedules. The Contractor shall make any revisions to its construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the Contractor, Separate Contractors, and the Owner until subsequently revised. § 6.1.4lntentionally omitted. § 6.2 Mutual Responsibility § 6.2.1 The Contractor shall afford the Owner and Separate Contractors reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities, and shall connect and coordinate the Contractor's construction and operations with theirs as required by the Contract Documents. § 6.2.2 If part of the Contractor's Work depends for proper performance or results upon consriuction or operations by the Owner or a Separate Contractar, the Contractor shall, prior to proceeding with that portion of the Wark, promptly notify the Owner and Architect of apparent discrepancies or defects in the construction or operations by the Owner ar Separate Contractor that would render it unsuitable for proper performance and results of the Contractor's Work. Failure of the Contractor to notify the Owner and Architect of apparent discrepancies or defects prior to proceeding with the Work shall constitute an acknowledgment that the Owner's or Separate Contractor's completed or partially completed construction is fit and proper to receive the Contractor's Work. The Contractor shall not be responsible for discrepancies or defects in the construcrion or operations by the Owner or Separate Contractar that are not apparent. § 6.2.3 The Contractor shall reimburse the Owner for costs and damages the Owner incurs that are payable to a Separate Contractor because of any of the Contractor Parties' delays, improperly timed activities or defective construction. If a Claim has been asserted in accordance with Article 15, the Owner shall be responsible to the Contractor for costs the Contractor incurs because of a Separate Contractor's delays, improperly timed activities, damage to the Work or defective construction. § 6.2.4 The Contractor shall promptly remedy damage that any of the Contractor Parties wrongfully causes to completed or partially completed construcrion or to property of the Owner or Separate Contractor as provided in Section 102.5. § 6.2.5 The Owner and each Separate Contractor shall have the same responsibilities for cutting and patching with respect to their work as are described for the Contractor in Section 3.14. § 6.3 Owner's Right to Clean Up If a dispute arises among the Contractor, Separate Contractors, and the Owner as to the responsibility under their respective contracts far maintaining the premises and surrounding area free from waste materials and rubbish, the Owner may clean up and allocate the cost among those responsible, and the Contractor shall pay promptly and be responsible for such costs allocated to it. ARTICLE 7 CHANGES IN THE WORK § 7.1 General § 7.1.1 Changes in the Work may be accomplished after execution of the Contract, and without invalidating the Contract, only by Change Order, Construction Change Directive or order for a minor change in the Work, subject to the limitations stated in this Article 7 and elsewhere in the Contract Documents. § 7.1.2 A Change Order shall be based upon written agreement among the Owner, Contractor, and Architect. A Construcrion Change Directive requires agreement by the Owner and Architect and may or may not be agreed to by the Contractor. An order for a minor change in the Work may be issued by the Architect alone. § 7.1.3 Changes in the Work shall be performed under applicable provisions of the Contract Documents. The Contractor shall proceed promptly with changes in the Wark that have been approved in writing (email) by Owner, unless otherwise provided in the Change Order, Construction Change Directive, or order for a minor change in the Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 20 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Work. Except as permitted in Section 7.3 and Section 9.7.2, a change in the Contract Sum or the Contract Time shall be accomplished only by Change Order. § 7.2 Change Orders § 7.2.1 A Change Order is a written instrument signed by the Owner, Contractor, and Architect stating their agreement upon all of the following: .1 The change in the Work; .2 The amount of the adjustment, if any, in the Contract Sum; and .3 The extent of the adjustment, if any, in the Contract Time. § 7.2.2 Contractor's Change Order shall set forth in clear and precise detail breakdowns of labor and materials for all trades involved and the estimated impact on the dates of Substantial Completion. Contractor shall furnish supporting data as reasonably requested by Owner. Contractor shall obtain Owner's written approval prior to commencing with any changed Work. Owner shall not be liable for any costs incurred prior to Owner's written approval, except for the costs of delay, including extended General Conditions Costs, in the event of a delayed approval; provided, however Owner shall not be liable for any extended General Conditions Costs unless Contractor has notified Owner of the deadline to provide such approval. Owner shall promptly respond to Change Order requests so as not to cause delay to the Project. Owner shall promptly respond to Change Order requests so as not to cause delay to the Project. § 7.2.3 Agreement on any Change Order shall constitute a final settlement of all matters relating to the change in the Wark that is the subject of the Change Order, including, but not limited to, all direct and indirect costs associated with such change and any and all adjustments to the Contract Sum and the construction schedule. § 7.3 Construction Change Directives § 7.3.1 A Construction Change Directive is a written order prepared and signed by the Owner and Architect, directing a change in the Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both. The Owner may by Construction Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions, or other revisions, the Contract Sum and Contract Time being adjusted accordingly. § 7.3.2 A Construction Change Directive shall be used in the absence of total agreement on the terms of a Change Order. § 7.3.3 If the Construction Change Directive provides for an adjustment to the Contract Sum, the adjustment shall be based on one of the following methods: .1 Mutual acceptance of a lump sum properly itemized and supported by sufficient substanriating data to permit evaluarion; .2 Unit prices stated in the Contract Documents or subsequently agreed upon; .3 Cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed ar percentage fee; or .4 As provided in Section 7.3.4. § 7.3.4 If the Contractor does not respond promptly or disagrees with the method for adjustment in the Contract Sum, the Architect shall determine the adjustment on the basis of reasonable expenditures and savings attributable to the change, including, in case of an increase in the Contract Sum, an amount for overhead and profit as set forth in the Agreement, or if no such amount is set forth in the Agreement, a reasonable amount. In such case, and also under Section 733.3, the Contractor shall furnish an itemized estimate and keep and present, in such form as the Architect may prescribe, an itemized accounting of actual costs together with appropriate supporting data. Such estimates and accountings shall itemize services, labor, materials, equipment and all agreements to provide any significant portion of the Work. Unless otherwise provided in the Contract Documents, costs for the purposes of this Section 7.3.4 shall be limited to the following costs that are directly ath-ibutable to the change: .1 Costs of labor, including applicable payroll taxes, fringe benefits required by agreement or Law, workers' compensation insurance, and other employee costs approved by the Architect; .2 Costs of materials, supplies, and equipment, including cost of transportation, whether incorporated in the Work or delivered and suitably stored at the site for subsequent incorporation in the Work; .3 Rental costs of machinery and equipment, exclusive of hand tools, whether rented from the Contractor or others; Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 2� American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA .4 Costs of premiums for all bonds and insurance, permit fees, and sales, use, or similar taxes; and .5 Costs of supervision and field office personnel. § 7.3.5 If the Contractor disagrees with the adjustment in the Contract Time, the Contractor may make a Claim in accordance with applicable provisions of Article 15. § 7.3.6 Upon receipt of a Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved and advise the Architect of the Contractor's agreement or disagreement with the adjustment (or method, if any, provided in the Construction Change Directive for determining the proposed adjustment) in the Contract Sum or Contract Time. § 7.3.7 A Construction Change Directive signed by the Contractor indicates the Contractor's agreement therewith, including adjustment in Contract Sum and Contract Time or the method for determining them, whichever is applicable. Such agreement shall be effective immediately and shall be recorded as a Change Order. § 7.3.8 The amount of credit to be allowed by the Contractar to the Owner for a deletion or change that results in a net decrease in the Contract Sum shall be determined by the Architect on the basis of reasonable expenditures and savings of those performing the Work attributable to the change, plus an amount for overhead and profit as set forth in Section 7.3.4. When both additions and credits covering related Work or substitutions are involved in a change, the amount for overhead and profit shall be adjusted on the basis of net cost decrease or increase, if any, with respect to that change. § 7.3.9 Pending final determination of the total cost of a Construction Change Directive to the Owner, amounts not in dispute for such changes in the Work shall be included in Applications for Payment if accompanied by a Change Order indicating the parties' agreement with respect to such costs. For any portion of such costs that remains in dispute, the Architect will make an interim determination for purposes of monthly certification for payment for those costs and certify for payment the amount that the Architect determines, in the Architect's professional judgment, to be reasonably justified. The Architect's interim determinarion of cost shall adjust the Contract Sum on the same basis as a Change Order, subject to the right of either party to disagree and assert a Claim in accordance with Article 15. § 7.3.10 When the Owner and Contractor agree with a determination made by the Architect concerning the adjustments in the Contract Sum and Contract Time, or otherwise reach agreement upon the adjustments, such agreement shall be effective immediately and the Owner and Contractor will execute a Change Order. Change Orders may be issued for all or any part of a Construction Change Directive. § 7.4 Minor Changes in the Work The Architect, after consulting with the Owner, may order minor changes in the Work that are consistent with the intent of the Contract Documents and do not involve an adjustment in the Contract Sum or an extension of the Contract Time. The Architect's order for minor changes shall be in writing. If the Contractor believes that the proposed minor change in the Work will affect the Contract Sum or Contract Time, the Contractor shall notify the Architect and shall not proceed to implement the change in the Work. If the Contractor performs the Work set forth in the Architect's order for a minor change without prior notice to the Architect that such change will affect the Contract Sum or Contract Time, the Contractar waives any adjustment to the Contract Sum or extension of the Contract Time. ARTICLE 8 TIME § 8.1 Definitions § 8.1.1 Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents far Substantial Completion of the Wark or, where applicable, portions thereof. § 8.1.2 The date of commencement of the Work is the date established in the Agreement. § 8.1.3 The date of Substantial Completion is the date certified by the Architect in accordance with Section 9.8. § 8.1.4 The date of Final Completion is the date certified by the Architect in accordance with Section 9.10. § 8.1.5 The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically stated. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 22 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 8.2 Progress and Completion § 8.2.1 Time limits stated in the Contract Documents are of the essence of the Contract. By executing the Agreement, the Contractor confirms that the Contract Time is a reasonable period for performing the Work. § 8.2.2 The Contractor shall not knowingly, except by agreement or instruction of the Owner in writing, enter the site or commence the Work prior to the effective date(s) of any insurance or bonds required to be furnished by the Contractor and Owner or prior to providing the Owner with satisfactory evidence that all insurance and bonds required to be furnished by the Contractor are in place. § 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract Time and Final Completion within the time set forth in the Agreement. § 8.3 Delays and Extensions of Time § 8.3.1 If the Contractor is delayed at any rime in the commencement or progress of the Work by (1) an act or neglect of thc Owner or Architect, of an employee of either, or of a Separate Contractor; (2) a Construction Change Directive; (3) a Force Majeure Event (as defined below); ar(4) adverse weather in accordance with Section 15.1.6.2, then the Contract Time shall be extended by Change Order by the number of days by which the critical path to completion of the Project has been delayed by the event giving rise to the right to an extension. The Contractor shall provide written explanation and a CPM schedule evidencing such impact has occurred. Notwithstanding the foregoing, the Contractor acknowledges and agrees that adjustments in the Contract Time will be permitted for a delay only to the extent such delay to the crirical path (1) is not caused or could not have been reasonably anricipated and mitigated by Contractor or other Contractor Parties, and (2) could not be limited or avoided by the Contractor's timely notice to the Owner of the delay. § 8.3.1.1 As used herein, "Force Majeure Event" means and includes: catastrophic storms or floods, lighming, tornadoes, hurricanes, earthquakes and other acts of God, wars on American soil, civil disturbances, terrorist attacks, revolts, insurrections, sabotage, commercial embargoes, national strikes, epidemics, fires, explosions, and actions of a governmental authority that were not requested, promoted, or caused by any of the Contractor Parties; provided that such act or event (1) delays, interrupts or renders impossible the Contractor's performance of its obligations under the Contract Documents, (2) is beyond the reasonable control of any of the Contractor Parries and not due to their fault or negligence, (3) could not have been prevented, mirigated, or avoided by any of the Contractor Parries through the exercise of due diligence, including the expenditure of any reasonable sum taking into account the Guaranteed Maximum Price and (4) delays the Substantial Complerion Date. For avoidance of doubt, a Force Majeure Event shall not include any of the following: (i) economic hardship, (ii) changes in market conditions, including but not limited to tariffs or other governmental policies, whether announced or enacted, unless any such change in market conditions is otherwise caused by a Force Majeure Event, (iii) late delivery or failure of materials, equipment or supplies, (iv) local or direct strikes, or other similar labor actions, (v) unavailabiliry of Subcontractors, Sub-Subcontractars or suppliers, (vi) non-catastrophic climatic condirions (including but not limited to rain, snow, wind, temperature and other climatic conditions not listed at the beginning of this Secrion 8.3.1.1), or (vii) nonperformance or delay by any of the Contractor Parties, unless otherwise caused by a Force Majeure Event. § 8.3.2 Claims relating to time shall be made in accordance with applicable provisions of Article 15. § 8.3.3 To the extent that Contractor is entitled to an extension of the Contract Time pursuant to Section 8.3.1 above in excess of thirty (30) days (in the aggregate of all delays for which Contractor is entitled to an extension of the Contract Time), the Contractor shall be entitled to recover extended general conditions costs at the daily rate of Four Thousand, Six Hundred Eighty-Two Dollars and Eighty-One Cents ($4,682.81) per day for each day of such delay beyond thirty (30) days. § 8.3.4 Contractor will use best reasonable efforts to make up any day lost due to adverse weather conditions by performing work on the ensuing Saturday or by extended hours during that week, and treating such as a work day for the purpose of complying with and meeting the Contractor's construction schedule and the Contract Time requirements. The Contractor will provide written explanation that evidences such impact has occurred. Contractor will notify Owner of any such delay in writing, and on a monthly basis submit a report to the Owner substantiating any days lost due to weather. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 23 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA ARTICLE 9 PAYMENTS AND COMPLETION § 9.1 Contract Sum § 9.1.1 Thc Contract Sum is stated in the Agreement and, including authorized adjustments, is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. § 9.1.21f unit prices are stated in the Contract Documents or subsequently agreed upon, and if quantities originally contemplated are materially changed so that application of such unit prices to the actual quantities causes substantial inequity to the Owner or Contractor, the applicable unit prices shall be equitably adjusted, if requested and appropriate. § 9.2 Schedule of Values The Contractor's schedule of values shall allocate the enrire Contract Sum to the various portions of the Work, including but not limited to a specific line item for the Contractor's general conditions costs. This schedule, unless objected to by the Owner or Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. Any requested changes to the schedule of values shall be submitted to the Owner and Architect and supported by such data to substantiate its accuracy as the Owner and Architect may require. The schedule of values shall not be considered as a line-item guarantee by the Contractor of the costs of any individual line-item set farth therein. The Contractor shall be entitled to reallocate line-item values at its reasonable discretion to account for cost over and underruns that may actually be encountered during the performance of the Work so long as the Contractor provides the Owner with prompt written notice of such reallocation and the Contract Sum is not changed without the express written approval of the Owner pursuant to Article 7. If requested by Owner, Contractor shall provide Owner with a written explanation of how each line-item reallocation was determined. § 9.3 Applications for Payment § 9.3.1 On or before the day set forth in the Agreement, the Contractor shall submit to the Architect an itemized Application for Payment prepared in accordance with the schedule of values, as required under Section 9.2, far completed porrions of the Work The application shall be notarized, if required, and supported by all data substantiating the Contractor's right to payment that the Owner or Architect require, such as copies of invoices and releases and waivers of liens and claims from the Contractor (in the form(s) required by, or approved by Owner) and Subcontractors, Sub-subcontractors and suppliers (in the form(s) required by, or approved by Owner), and shall reflect retainage if provided for in the Contract Documents. § 9.3.1.1 As provided in Section 73.9, such applications may include requests for payment on account of changes in the Work that have been properly authorized by Construction Change Directives. § 9.3.1.2 Applications for Payment shall not include requests for payment for portions of the Work performed by a Subcontractor or supplier for which the Contractor does not intend to pay the Subcontractor or supplier, unless such Work has been performed by others whom the Contractor intends to pay. § 9.3.1.3 Each Application for Payment shall be accompanied by the documents required by Section 12.1.4 of the Agreement. § 9.3.2 Unless otherwise provided in the Contract Documents, payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. If approved in advance by the Owner, payment may similarly be made for materials and equipment suitably stored off the site at a location agreed upon in writing. Payment for materials and equipment stored on or off the site shall be conditioned upon compliance by the Contractor with procedures satisfactory to the Owner to establish the Owner's ritle to such materials and equipment or otherwise protect the Owner's interest, and shall include the costs of applicable insurance, storage, and transportation to the site, for such materials and equipment stored off the site. § 9.3.3 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractar further warrants that upon submittal of an Application for Payment all Work for which Certificates far Payment have been previously issued and payments received from the Owner shall, to the best of the Contractor's knowledge, information, and belief, be free and clear of liens, claims, security interests, or encumbrances, in favor of any of the Contractor Parties or other persons or entities that provided labor, materials, and equipment relating to the Work. Init. AIA Document A201 — 2017. Copyright O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 24 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 9.3.3.1 The Contractor further expressly undertakes to defend Owner, against any actions, lawsuits, or proceedings brought against Owner as a result of liens filed against the Wark, the site of any of the Work, the Project site and any improvements thereon or any portion of the property for the Work under this agreement of the Owner (referred to collectively as "liens" in this Section 9.3.3) provided that Owner has paid the Contractor pursuant to the Contract Documents of which the lien has been filed. The Contractor hereby agrees to indemnify and hold Owner harmless against any such liens or claims of lien and agrees to pay any judgment or lien resulting from any such actions, lawsuits, or proceedings. § 9.3.3.2 The Owner shall release any payments withheld due to a lien if the Contractor obtains security applicable to the Owner or a lien bond that is (i) issued by a surety acceptable to the Owner, (ri) in form and substance satisfactory to the Owner, and (iii) in an amount not less than required by the Texas Properry Code. By posting a lien bond or other acceptable security, however, the Contractor shall not be relieved of any responsibiliries or obligations under this Section 9.3.3, including, without limitation, the duty to defend and indemnify Owner provided that Owner has paid the Contractor pursuant to the Contract Documents. The cost of any premiums incurred in connection with such bonds and security shall be the responsibility of the Contractor and shall not be part of, or cause any adjustment to, the Contract Sum. § 9.3.3.3 If Contractor refuses to resolve, release, or bond around liens, and after thirty (30) days' notice, Owner reserves the right to settle any disputed mechanic's or material supplier's lien claim by payments to the lien claimant or by such other means as the Owner, in the Owner's sole discretion, determines is the most economical or advantageous method of settling the dispute, provided Owner has paid the Contractor pursuant to the Contract Documents of which the lien has been filed. The Contractor shall promptly reimburse the Owner, upon demand, for any payments so made. § 9.4 Certificates for Payment § 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either (1) issue to the Owner a Certificate for Payment in the full amount of the Application for Payment, with a copy to the Contractor; or (2) issue to the Owner a Certificate for Payment for such amount as the Architect determines is properly due, and notify the Contractor and Owner of the Architect's reasons for withholding certification in part as provided in Section 9.5.1; or (3) withhold cerrification of the enrire Application for Payment, and notify the Contractor and Owner of the Architect's reason for withholding certificarion in whole as provided in Secrion 9.5.1. § 9.4.2 The issuance of a Certificate for Payment will constitute a representation by the Architect to the Owner, based on the Architect's evaluation of the Work and the data in the Application for Payment, that, to the best of the ArchitecYs knowledge, information, and belief, the Work has progressed to the point indicated, the quality of the Wark is in accordance with the Contract Documents, and that the Contractor is entitled to payment in the amount certified. The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subsequent tests and inspections, to correction of minar deviations from the Contract Documents prior to Final Completion, and to specific qualifications expressed by the Architect to the Owner. However, the issuance of a Cerrificate for Payment will not be a representarion that the Architect has (1) made exhaustive or continuous on-site inspections to check the quality or quantity of the Work; (2) reviewed construction means, methods, techniques, sequences, or procedures; (3) reviewed copies of requisitions received from Subcontractors and suppliers and other data requested by the Owner to substantiate the Contractor's right to payment; ar(4) made examination to ascertain how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. § 9.5 Decisions to Withhold Certification § 9.5.1 The Architect may withhold a Certificate for Payment in whole or in part, as reasonably necessary to protect the Owner, if in the Architect's opinion the representations to the Owner required by Section 9.4.2 cannot be made. If the Architect is unable to certify payment in the amount of the Application, the Architect will norify the Contractor and Owner as provided in Section 9.4. L If the Contractor and Architect cannot agree on a revised amount, the Architect will promptly issue a Certificate for Payment for the amount for which the Architect is able to make such representations to the Owner. The Architect may also withhold the whole or part of a Certificate for Payment or, because of subsequently discovered evidence, may nullify the whole or a part of a Certificate for Payment previously issued, as necessary in the Architect's opinion to protect the Owner from loss for which the Contractor is responsible, including loss resulting from acts and omissions described in Section 3.3.2, because of .1 defective Work not remedied; Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 25 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA .2 third party claims asserted or reasonable evidence indicating probable assertion of such claims, unless security acceptable to the Owner is provided by the Contractor; .3 failure of the Contractor to make payments owed to Subcontractors or suppliers for labor, materials or equipment, or to furnish sarisfactory evidence of payment; .4 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; .5 damage to the Owner or a Separate Contractor; .6 reasonable evidence that the Work will not be completed within the Contract Time; .7 failure of the Contractor to comply with any Laws; or .8 failure to carry out the Work in accardance with, or any other failure to comply with, the Contract Documents. Unless the Architect certifies a payment, the Owner may withhold all or part of a payment, and may also set-off any amounts due the Contractor under this Contract or otherwise, for any of the reasons set forth in this Section 9.5.1. § 9.5.2 When either party disputes the ArchitecYs decision regarding a Certificate for Payment, or the Contractor disputes the Owner's decision regarding a payment, under Section 9.5.1, in whole or in part, that party may submit a Claim in accordance with Article 15. § 9.5.3 When the reasons for withholding certification or payment are removed, certification or payment will be made for amounts previously withheld. § 9.5.4 If the Architect withholds certification for payment under Section 9.5.1.3, or if the Owner reasonably believes in good faith it is necessary, the Owner may, at its sole option, issue joint checks to the Contractor and to any Subcontractor or supplier to whom the Contractor failed to make payment for Work properly performed or material or equipment suitably delivered. If the Owner makes payments by joint check, the Owner shall notify the Architect and the Contractor shall reflect such payment on its next Application for Payment. § 9.6 Progress Payments § 9.6.1 After the Architect has issued a Certificate for Payment, unless the Owner reasonably disputes such certification and withholds payment under Section 9.5.1 and notifies the Contractor and Architect in writing of the reason therefor, the Owner shall make payment in the manner and within the time provided in the Contract Documents. Notwithstanding the foregoing, Owner shall make payment for undisputed amounts due to Contractor in accordance with the Contract Documents. § 9.6.2 The Contractor shall pay each Subcontractor and supplier, no later than seven days after receipt of payment from the Owner, the amount to which the Subcontractar or supplier is entitled, reflecting percentages actually retained from payments to the Contractor on account of the Subcontractor's or supplier's portion of the Work. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to Sub-subcontractors in a similar manner. I § 9.6.3 Intentionally omitted. § 9.6.4 The Owner has the right to request written evidence from the Contractor that the Contractor has properly paid Subcontractors and suppliers amounts paid by the Owner to the Contractor for subcontracted Work. If the Contractor fails to furnish such evidence within seven days, the Owner shall have the right to contact Subcontractors and suppliers to ascertain whether they have been properly paid. Neither the Owner nor Architect shall have an obligation to pay, or to see to the payment of money to, a Subcontractor or supplier, except as required by Law. § 9.6.5 The Contractor's and Subcontractors' payments to Sub-subcontractors and suppliers shall also be treated as provided in Sections 9.6.2, 9.63 and 9.6.4. § 9.6.6 A Certificate for Payment (progress or final), a progress or final payment, partial or entire use or occupancy of the Project by the Owner, a Certificate of Substantial Completion, or a Certificate of Final Completion, shall not consritute acceptance of Work not in accordance with the Contract Documents. § 9.6.7 Payments received by the Contractor for Work properly performed by Subcontractors or provided by suppliers shall be held by the Contractor for those Subcontractors or suppliers who performed Work or furnished materials, or Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 26 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA both, under contract with the Contractor for which payment was made by the Owner. Nothing contained herein shall require money to be placed in a separate account and not commingled with money of the Contractor, create any fiduciary liability or tort liability on the part of the Contractor for breach of trust, or entitle any person or enrity to an award of punitive damages against the Contractor for breach of the requirements of this provision, except as required by Law. � § 9.6.8lntentionally omitted. § 9.7 Failure of Payment § 9.7.1 Subject to the Owner's and Architect's rights to withhold payment and certification of payment as set forth in 9.5.1, if the Architect does not issue a Certificate for Payment, through no fault of any of the Contractor Parries, within seven days after receipt of the Contractor's Applicarion for Payment, or if the Owner does not pay the Contractor within seven days after the date established in the Contract Documents, the amount certified by the Architect or awarded by binding dispute resolution, then the Contractor may, upon seven additional days' written notice to the Owner and Architect, stop the Wark until payment of the amount owing has been received. The Contract Time shall be extended appropriately and the Contract Sum shall be increased by the amount of the Contractor's reasonable costs of shutdown, delay and start-up, plus interest as provided for in the Contract Documents. § 9.7.2 If the Owner is entitled to reimbursement or payment from the Contractor under or pursuant to the Contract Documents, such payment shall be made within thirty (30) days. Notwithstanding anything contained in the Contract Documents to the contrary, if the Contractor fails to promptly make any payment due the Owner, or if the Owner incurs any costs and expenses to cure any default of the Contractor or to correct defective work after providing Contractor written notice and an opportunity to cure as provided elsewhere in the Contract Documents, but in no case less than seven (7) days' notice, the Owner shall have an absolute right to offset such amount against the Contract Sum and may, in the Owner's sole discretion, elect either to (i) deduct an amount equal to that which the Owner is entitled from any payment then or thereafter due the Contractor from the Owner, ar(ii) issue a written notice to the Contractor reducing the Contract Sum by an amount equal to that which the Owner is entitled. § 9.8 Substantial Completion § 9.8.1 Substantial Completion is the stage in the progress of the Work when the Work or designated porrion thereof is sufficiently complete in accordance with the Contract Documents and Laws so that the Owner can legally and practicably occupy and utilize the Work for its intended use. § 9.8.2 When the Contractor considers that the Work, or a portion thereof which the Owner agrees to accept separately, is substantially complete, the Contractor shall prepare and submit to the Architect a comprehensive punch-list of items to be completed or corrected prior to final payment. Failure to include an item on such punch-list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. § 9.8.3 Upon receipt of the Contractar's list, the Owner and Architect will make an inspection to determine whether the Work or designated porrion thereof is substanrially complete, and may revise the Contractor's list. If the inspection discloses any item, whether or not included on the Contractor's list, which is not sufficiently complete in accordance with the Contract Documents so that the Owner can legally and pracricably occupy and utilize the Work or designated portion thereof for its intended use, the Contractor shall, before issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by the Owner or Architect. In such case, the Contractor shall then submit a request for another inspection by the Owner and Architect to determine Substantial Completion. § 9.8.4 When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of Substantial Completion that shall establish the date of Substantial Completion; establish responsibilities of the Owner and Contractor for securiry, maintenance, heat, utiliries, damage to the Work and insurance; and fix the rime within which the Contractor shall finish all items on the Owner's or Architect's comprehensive punch-list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion or the Contract Documents. § 9.8.5 The Certificate of Substantial Completion shall be submitted to the Owner and Contractor for their written acceptance of responsibilities assigned to them in the Certi�icate. Upon such acceptance, consent of surety if any, and, if reasonably required, consent to payment of retainage by Owner's lender, the Owner shall make payment of Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 27 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA retainage applying to the Work or designated portion thereof, less such amounts necessary to protect the Owner with respect to (1) those portions of the Work that remain incomplete or are otherwise not in accordance with the requirements of the Contract Documents, and (2) unsettled Claims. § 9.9 Partial Occupancy or Use § 9.9.1 The Owner may occupy or use any completed or partially completed portion of the Wark at any stage when such portion is designated by separate agreement with the Contractor, provided such occupancy or use is consented to by the insurer and authorized by public authorities having jurisdiction over the Project. Such partial occupancy or use may commence whether or not the portion is substantially complete, provided the Owner and Contractor have accepted in writing the responsibilities assigned to each of them for payments, retainage, if any, security, maintenance, heat, utiliries, damage to the Work and insurance, and have agreed in writing concerning the period for correction of the Work and commencement of warranties required or contained in by the Contract Documents. When the Contractor considers a portion substantially complete, the Contractor shall prepare and submit a list to the Owner and Architect as provided under Section 9.8.2. Consent of the Contractar to partial occupancy or use shall not be unreasonably withheld. The stage of the progress of the Work shall be determined by written agreement between the Owner and Contractor. § 9.9.2 Immediately prior to such partial occupancy or use, the Owner, Contractar, and Architect shall jointly inspect the area to be occupied or portion of the Work to be used in order to determine and recard the condition of the Work. § 9.9.3 Unless otherwise agreed in wriring, partial occupancy or use of a portion or portions of the Work shall not constitute acceptance of Work not complying with the requirements of the Contract Documents. § 9.10 Final Completion and Final Payment § 9.10.1 Upon receipt of the Contractor's notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Architect will promptly make such inspection. When the Architect finds the Work acceptable under the Contract Documents and the Contract fully performed, the Architect will promptly issue a Certificate of Final Completion and a final Certificate for Payment stating that to the best of the Architect's knowledge, informarion and belief, and on the basis of the Architect's on-site visits and inspections, the Wark has been completed in accordance with the Contract Documents, all Project systems included in the Work or designated portion thereof are operational as designed and specified, all final finishes required by the Contract Documents are in place, all punch list items are complete, all related facilities are complete and accepted by the Owner, and that the entire balance found to be due the Contractor and noted in the final Certificate is due and payable. The Architect's Certificate of Final Completion and final Certificate for Payment will constitute a further representation that conditions listed in Section 9.10.2 as precedent to the Contractor's being entitled to final payment have been fulfilled. All warranties and guarantees required under or pursuant to the Contract Documents shall be assembled and delivered to the Owner (in the format requested by Owner — hard copies in bound notebook, or electronically) as part of the final Application for Payment. The final Certificate for Payment will not be issued until all warranties and guarantees have been received and acceptcd by the Owner. § 9.10.2 In addition to any other requirements for final payment or release of retainage in the Contract Documents or required by Law, neither final payment nor any remaining retainage shall become due until the Contractor submits to the Architect (1) an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or the Owner's property might be responsible or encumbered (less amounts withheld by Owner) have been paid or otherwise satisfied, (2) a certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect, (3) a written statement that the Contractor knows of no reason that the insurance will not be renewable to cover the period required by the Contract Documents, (4) consent of surety, if any, to final payment, (5) instruction of Owner's representatives in the operation of mechanical, electrical, plumbing and other systems, (6) delivery of keys to the Owner with a keying schedule (if applicable), (7) assignment to the Owner of, and all information on, all warranties and guarantees, such as manufacturers' warranties and Subcontractor and supplier warranties and guarantees, (8) delivery to the Owner of all operating, servicing, maintenance and cleaning instructions for the Work, and all parts lists, equipment manuals and special tools for mechanical and electrical components of the Work, (9) delivery to the Owner of all specified Project record documents, including as-built Drawings that are the responsibility of Contractor (not the Architect), (10) all required approvals by any applicable public authority for which Contractor is responsible hereunder, (11) any other items required of the Contractor by the Contract Documents, (12) final lien and claim waivers have been received from the Contractor and all Subcontractors, Sub-subcontractors and suppliers as required by the Texas Property Code, and Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 28 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA (l 3) if required by the Owner, other data establishing payment or sarisfaction of obligations, such as receipts and other releases and waivers of liens, claims, security interests, or encumbrances arising out of the Contract, to the extent and in such form as may be designated by the Owner or necessary under the then existing mechanic's liens or similar laws or other Law. IF A SUBCONTRACTOR REFUSES TO FURNISH A RELEASE OR WAIVER REQUIRED BY THE OWNER FOR PAYMENTS ALREADY MADE BY THE OWNER, THE CONTRACTOR, AT THE OWNER'S OPTION, SHALL FURNISH A BOND OR OTHER SECURITY SATISFACTORY TO THE OWNER TO INDEMNIFY THE OWNER AGAINST SUCH LIEN, CLAIM, SECURITY INTEREST, OR ENCUMBRANCE. If a lien, claim, security interest, or encumbrance remains unsatisfied after payments are made, the Contractor shall refund or otherwise pay to the Owner all money that the Owner pays in discharging or defending against the lien, claim, security interest, or encumbrance, including all costs and reasonable attorneys' fees. § 9.10.3 If, after Substantial Completion of the Work, Final Completion thereof is materially delayed through no fault of any of the Contractor Parties or by issuance of Change Orders affecting Final Completion, and the Architect so confirms, the Owner shall, upon application by the Contractor and certification by the Architect, and without terminating the Contract, make payment of the balance due for that portion of the Wark fully completed, corrected, and accepted. If the remaining balance for Work not fully completed or corrected is less than retainage held, and if bonds have been furnished, the written consent of the surety to payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Architect priar to certification of such payment. Such payment shall be made under terms and conditions governing final payment, except that it shall not constitute a waiver of any Claims by the Owner. § 9.10.4 The making of final payment shall constitute a waiver of Claims by the Owner except those arising from .1 liens, Claims, security interests, or encumbrances arising out of the Contract and unsetticd, including those asserted, iiled, or recorded by third parties; .2 failure of the Work to comply with the requirements of the Contract Documents; .3 terms of warranties or guarantees contained in, or required by, the Contract Documents; or .4 audits performed by the Owner, if permitted by the Contract Documents, after final payment. § 9.10.5 Acceptance of final payment by the Contractor, a Subcontractor, or a supplier, shall constitute a waiver of all Claims by that payee unless specifically reserved in writing and identiiied as unsettled at the time of the iinal Application for Payment. § 9.10.6 Final Completion of the Project, and a condition precedent to the Architect issuing a Certificate of Final Completion, includes the Contractor's completion and correction of all items on the Owner's punch-list referred to in Section 9.8.4 and performance of all other obligations required of the Contractor before final payment under the Contract Documents. ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY § 10.1 Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the performance of the Contract. § 10.2 Safety of Persons and Property § 10.2.1 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury, or loss to .1 employees on the Work and other persons who might be affected thereby; .2 the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody, or control of any of the Contractor Parties; and .3 other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. § 10.2.2 The Contractor shall comply with, and give notices required by applicable Laws bearing on safety of persons or property or their protection from damage, injury, or loss. The Contractor shall promptly notify the Owner and Architect of any damage, injury, or loss to persons or property of the type referred to in Section 10.2.1. Notwithstanding any language to the contrary, the Owner shall not have any responsibiliry for job site inspections or Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 29 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA safety recommendations. Any inspections or observations by the Owner ar the Architect are solely far the benefit of the Owner. § 10.2.3 The Contractor shall implement, erect, and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards; promulgating safety regulations; and notifying the owners and users of adjacent sites and utilities of the safeguards. The Contractor shall provide all facilities and follow all procedures required by occupational or employment safety, security, health, and hygiene provisions or regulations, including but not limited to providing or requiring protective gear and equipment. § 10.2.4 When use or storage of explosives or other hazardous materials or equipment, or unusual methods are necessary for performance of the Work, the Contractor shall exercise utmost care, and require that those performing such activities exercise utmost care, and carry on such activities under supervision of properly qualified and, if necessary, licensed or registered personnel. § 10.2.5 Unless the Owner or Architect instructs otherwise, the Contractor shall promptly remedy damage and loss (including damage or loss insured under property insurance required by the Contract Documents) to property referred to in Sections 10.2.1.2 and 10.2.1.3 caused in whole or in part by any of the Contractor Parties. The Contractor may make a Claim for the cost to remedy the damage or loss to the extent such damage or loss is attributable to acts or omissions of the Owner or Architect or anyone directly or indirectly employed, retained, or contracted by either of them, or by anyone for whose acts either of them is liable, and not attributable to the fault or negligence of any of the Contractor Parties. The foregoing obligations of the Contractor are in addition to the Contractor's obligations under Section 3.18. § 10.2.6 The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Owner and Architect. § 10.2.7 The Contractor shall not permit any part of the construction or site to be loaded or encumbered so as to cause damage or create an unsafe condition. § 10.2.8 Injury or Damage to Person or Property If either party suffers injury or damage to person or property because of an act or omission of the other party, or of others for whose acts such party is legally responsible, written notice of the injury or damage, whether or not insured, shall be given to the other party within a reasonable time not exceeding 21 days after discovery. The notice shall provide sufficient detail to enable the other party to investigate the matter. If the party intends to make a Claim related to the injury or damage, it shall make the Claim in accordance with Section 15.1. § 10.2.9 When all or a portion of the Work is suspended for any reason, the Contractor shall securely fasten down all covering and fully protect the Work, as necessary, from injury or damage by any cause. § 10.3 Hazardous Materials and Substances § 10.3.1 Thc Contractor is responsible for compliance with all Laws, standards, handling criteria, and requirements included in the Contract Documents regarding hazardous wastes, materials, and substances, including asbestos-containing materials, lead-based paints, petroleum (or any constituent thereo fl, mold, radon, and polychlorinated biphenyl (PCB), (hereinafter "Hazardous Materials") in performing the Wark. Unless specifically consented to by the Owner in writing or specifically required by the Contract Documents, no underground or above-ground storage tanks or drums shall be placed on the site, and no Hazardous Materials shall be brought onto the site, handled on the site, or otherwise incorporated into the Work by any of the Contractor Parties. If the Contractor encounters any material or substance that could be a Hazardous Material, the Contractor shall immediately (1) stop Work in the affected area until receipt of written notification from the Owner that Work shall proceed, (2) notify the Owner and Architect of the condition in writing and consult and cooperate with the Owner with respect to the Owner's investigation and response, and (3) take all reasonable precautions to prevent or contain the movement, spread, and disturbance of the suspected Hazardous Materials, and to protect all persons and property. § 10.3.2 Upon receipt of the Contractor's written notice of the presence of potential Hazardous Materials, the Owner shall obtain the services of an environmental consulting firm or asbestos abatement or lead-based paint contractor, as Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 30 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA appropriate, to verify the presence or absence of the material or substance reported by the Contractor and, in the event any Hazardous Materials are found to be present, to investigate, document, and remediate the condition as required by Law. Unless otherwise required by the Contract Documents, the Owner shall furnish in writing to the Contractor and Architect the names and qualifications of such environmental consulting firm or asbestos abatement or lead-based paint contractar(s). The Contractor and the Architect will promptly reply to the Owner in writing stating whether or not either has reasonable objection to the persons or entities proposed by the Owner. If either the Contractor or Architect has a reasonable objection to a person or entity proposed by the Owner, the Owner shall propose another to whom the Contractor and the Architect have no reasonable objection. When the material or substance has been investigated and, if necessary, remediated, abated or contained as required by Law, or the appropriate governmental approvals have been obtained, Work in the affected area shall resume upon the Owner's written notification to the Contractor. If the Contractor did not breach this Section 10.3, and so requests in writing, to the extent attributable to the presence of potential Hazardous Materials, the Contract Time shall be extended appropriately and the Contract Sum shall be increased by the amount of the Contractor's reasonable additional costs of shutdown, delay, and start-up. § 10.3.3 To the fullest extent permitted by Law, the Owner shall indemnify and hold harmless the Contractor, Subcontractors, and agents and employees of any of them from and against claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from performance of the Work in the affected area if in fact the material or substance identified by the Contractar in accordance with this Secrion 10.3 presents the risk of bodily injury or death as described in Section 10.3.1 and has not been rendered harmless, provided that such claim, damage, loss, or expense is ath-ibutable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itsel fl, except to the extent that such damage, loss, or expense is due to the fault or negligence of the party seeking indemnity. § 10.3.4 The Owner shall not be responsible under this Section 103 for hazardous materials or substances the Contractor brings to the site unless such materials or substances are expressly required by the Contract Documents and the Contractor complies with all obligations under this Section 10.3. The Contractor shall remove and properly dispose of any and all materials and substances used in performing the Work, including chemical substances, lubricants, empty containers, contaminated materials, and any other (rags, gloves, mops, etc.). § 10.3.5 TO THE FULL EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE OWNER PARTIES FROM AND AGAINST ALL CLAIMS, DAMAGES, LOSSES, LIABILITIES, AND EXPENSES, INCLUDING ATTORNEYS' FEES AND EXPENSES, ARISING OUT OF OR RESULTING FROM ANY HAZARDOUS MATERIALS BROUGHT TO THE SITE AND NEGLIGENTLY HANDLED BY ANY OF THE CONTRACTOR PARTIES, OR THE CONTRACTOR'S FAILURE TO COMPLY WITH ANY REQUIREMENT OF THIS SECTION 103, INCLUDING ANY AND ALL GOVERNMENTALLY MANDATED REMOVAL OR CLEANUP OF ANY SUCH HAZARDOUS MATERIALS. § 10.3.6 If, without negligence or a breach of this Section 10.3 on the part of any of the Contractor Parries, the Contractor is held liable by a government agency for the cost of remediation of any Hazardous Material by reason of performing Work as required by the Contract Documents, the Owner shall reimburse the Contractor for all reasonable costs and expenses thereby incurred; provided the Contractor gives prompt written notice of the potential claim to the Owner and a reasonable opportunity to assume the defense and handling of the potential claim. § 10.4 Emergencies In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury, or loss. Additional compensation or extension of time claimed by the Contractor on account of an emergency shall be determined as provided in Article 15 and Article 7. ARTICLE 11 INSURANCE AND BONDS § 11.1 Contractor's Insurance and Bonds § 11.1.1 The Contractor shall purchase and maintain insurance of the types and limits of liability, containing the endorsements, and subject to the terms and conditions, as described in the Agreement, as amended, or as otherwise stated in the Contract Documents. § 11.1.2 The Contractor shall provide surety bonds of the types, far such penal sums, and subject to such terms and conditions as required the Agreement, and elsewhere in the Contract Documents. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 31 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 11.1.3 Upon the request of any person or entity appearing to be a potential beneficiary of bonds covering payment of obligations arising under the Contract, the Contractor shall (or shall cause its Subcontractors to) promptly furnish a copy of the bonds or authorize a copy to be furnished. § 11.1.4 Notice of Cancellation or Expiration of Contractor's Required Insurance. Within three (3) business days of the date the Contractor becomes aware of an impending or actual cancellarion or expiration of any insurance or bonds required by the Contract Documents, the Contractor shall provide written notice to the Owner of such impending or actual cancellation or expiration. Upon receipt of notice from the Contractor, the Owner shall, unless the lapse in coverage arises from an act or omission of the Owner, have the right to stop the Wark until the lapse in coverage has been cured by the procurement of replacement insurance or bonds by the Contractor or its Subcontractors, as applicable. The furnishing of notice by the Contractor shall not relieve the Contractor or its Subcontractors of any obligation to provide any required insurance or bonds. § 11.2 Owner's Insurance § 11.2.1 The Owner shall purchase and maintain insurance of the types and limits of liability, containing the endorsements, and subject to the terms and conditions, as described in the Agreement or elsewhere in the Contract Documents. The Owner shall purchase and maintain the required insurance from an insurance company or insurance companies lawfully authorized to issue insurance in the jurisdiction where the Project is located. Exhibit A, Insurance and Bonds, if any. Any insurance or self-insurance maintained by the Owner shall be in excess of the insurance required to be obtained and maintained by the Contractor under this Contract and shall not contribute to it. § 11.2.2 Failure to Purchase Required Property Insurance. If the Owner fails to purchase and maintain any required property insurance, with all of the coverages and in the amounts described in Exhibit A, Insurance and Bonds, the Owner shall inform the Contractor in writing prior to commencement of the Work. Upon receipt of notice from the Owner, the Contractor may delay commencement of the Wark. When the failure to provide coverage has been cured or resolved, the Contract Sum and Contract Time may be equitably adjusted, if requested and appropriate. If the Owner does not provide written notice, and the Contractor is damaged by the failure or neglect of the Owner to purchase or maintain the required insurance, the Owner shall reimburse the Contractor for any reasonable costs and damages attributable thereto. § 11.2.3 Notice of Cancellation or Expiration of Owner's Required Insurance. Within three (3) business days of the date the Owner becomes aware of an impending or actual cancellation or expiration of any property insurance required by the Contract Documents, the Owner shall provide notice to the Contractor of such impending or actual cancellation or expiration. Unless the lapse in coverage arises from an act or omission of any of the Contractor Parties: (1) the Contractor, upon receipt of notice from the Owner, shall have the right to stop the Wark until the lapse in coverage has been cured by the procurement of replacement coverage by the Owner; and (2) the Contract Time and Contract Sum may be equitably adjusted, if requested and appropriate. The furnishing of notice by the Owner shall not relieve the Owner of any contractual obligation to provide required insurance. § 11.2.7 SUBCONTRACTOR DEFAULT INSURANCE Contractor shall obtain subcontractor default insurance ("SDI") for those Subcontractors that Contractor, in its ordinary course of business, would normally bond. Contractor will be responsible for and shall pay any deductibles due under the SDI policy as a reimbursable cost within the Guaranteed Maximum Price. Such SDI insurance policy must name the Owner, and any lender(s) of Owner secured in whole or in part by a lien on the Project, as additional financial interest via endorsement. Notwithstanding the foregoing, as provided above, Owner may require that any Subcontractor obtain bonds in lieu of SDI insurance and, if so, SDI premiums associated with such Subcontractor will not be reimbursable to Contractor. The Contractor shall be entitled to recover as reimbursable Cost of the Work the actual cost of the SDI program. The actual cost of the SDI policy for approved Change order cost will be billed as incurred. Contractor shall provide administration, loss control, brokerage and other SDI services as part of its cost of SDI and such costs shall not be separately reimbursable as a Cost of the Wark. § 11.3 Waivers of Subrogation § 11.3.1 Unless such waiver adversely affects any insurance coverage or proceeds thereof, the Owner, the Owner and Contractar waive all rights against (1) each other and any of their subcontractors, sub-subcontractors, agents, and employees, each of the other; (2) the Architect and Architect's consultants; and (3) Separate Contractors, if any, and any of their subcontractors, sub-subcontractors, agents, and employees, for damages caused by fire, or other causes of loss sustained prior to Substantial Completion of the Project, to the extent and only in the amount of the builder's risk Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 32 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA property insurance proceeds received for those losses, except such rights as they have to the proceeds of such insurance. The Owner or Contractor, as appropriate, shall require similar written waivers in favor of the individuals and entities identified above from the Architect, Architect's consultants, Separate Contractors, subcontractors, and sub-subcontractors. The policies of insurance purchased and maintained by each person or entity agreeing to waive claims pursuant to this section 11.3.1 shall not prohibit this waiver of subrogation. This waiver of subrogation shall be effective as to a person or entity (1) even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, (2) even though that person or entity did not pay the insurance premium directly or indirectly, or (3) whether or not the person or entity had an insurable interest in the damaged property. � § 11.3.2 Intentionally omitted. § 11.4 Loss of Use, Business Interruption, and Delay in Completion Insurance The Owner, at the Owner's option, may purchase and maintain insurance that will protect the Owner against loss of use of the Owner's property, or the inability to conduct normal operations, due to fire or other causes of loss. §11.5 Adjustment and Settlement of Insured Loss § 11.5.1 A loss insured under the property insurance required by the Agreement shall be adjusted by the Owner and made payable to the Owner far the insureds, as their interests may appear. The Owner shall pay the Contractor its just shares of insurance proceeds received by the Owner, and by appropriate agreements the Contractor shall make payments to its Subcontractors and suppliers in a similar manner. § 11.5.2 Prior to settlement of an insured loss, the Owner shall notify the Contractor of the terms of the proposed settlement as well as the proposed allocation of the insurance proceeds. The Contractor shall have iive days from receipt of notice to object to the proposed settlement ar allocation of the proceeds. If the Contractor does not object, the Owner may settle the loss and the Contractor shall be bound by the settlement and allocation. Upon receipt, the Owner shall deposit the insurance proceeds in a separate account and make the appropriate distributions. Thereafter, if no other agreement is made or the Owner does not terminate the Contract for convenience, the Owner and Contractor shall execute a Change Order for reconstrucrion of the damaged or destroyed Work in the amount allocated for that purpose. If the Contractor timely objects to either the terms of the proposed settlement or the allocation of the proceeds, the Owner may proceed to settle the insured loss, and any dispute between the Owner and Contractor arising out of the settlement or allocation of the proceeds shall be resolved pursuant to Article 15. Pending resolution of any dispute, the Owner may issue a Construction Change Directive for the reconstruction of the damaged or destroyed Work. ARTICLE 12 UNCOVERING AND CORRECTION OF WORK § 12.1 Uncovering of Work § 12.1.1 If a portion of the Work is covered contrary to the Owner's or Architect's request or to requirements specifically expressed in the Contract Documents or prior to any inspecrion required under Law, it must, if requested in writing by the Owner, Architect, or an inspector, be uncovered for examination and be replaced at the Contractor's expense without change in the Contract Time ar Contract Sum. If prior to the date of Substantial Completion the Contractor, a Subcontractor, or any Contractor Party uses or damages any portion of the Wark (other than start-up), including, without limitation, mechanical, electrical, plumbing, and other building systems, machinery, equipment, or other mechanical device, the Contractor shall cause such item to be restored to "like new" condition at no expense to the Owner unless specifically agreed by the Owner in advance. § 12.1.2 If a portion of the Work has been covered that the Owner or Architect has not specifically requested to examine prior to its being covered, the Owner or Architect may request to see such Work and it shall be uncovered by the Contractor. If such Wark is in accordance with the Contract Documents, the Contractor shall be entitled to an equitable adjustment to the Contract Sum and Contract Time as may be appropriate. If such Wark is not in accordance with the Contract Documents, the costs of uncovering the Work, and the cost of correction, shall be at the Contractor's expense. § 12.2 Correction of Work § 12.2.1 Before Substantial Completion The Contractor, at its sole expense, shall promptly correct Wark rejected by the Architect or Owner as failing to conform to the requirements of the Contract Documents, discovered before Substantial Completion and whether or not fabricated, installed or completed. Costs of correcting such rejected or non-conforming Wark, including additional Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 33 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA testing and inspections, the cost of uncovering and replacement, and compensation far the Architect's and the Owner's other consultants' services and expenses made necessary thereby, shall be at the Contractor's expense and without change in thc Contract Time. § 12.2.2 After Substantial Completion § 12.2.2.1 In addition to the Contractor's obligations under Section 3.5 and Section 12.2.1, if, within one year after the date of Substantial Completion of the Work or designated portion thereof or after the date for commencement of warranties established under Section 9.9.1, or by terms of any other warranty or guarantee required by or contained in the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall correct it promptly after receipt of notice from the Owner to do so, unless the Owner has previously given the Contractor a written acceptance of such condition. The Owner shall give such notice promptly after discovery of the condition. During the one-year period for correction of Work, if the Owner fails to notify the Contractor and give the Contractor an opportunity to make the correction, the Owner waives the rights to require correction by the Contractor under this Section 12.2.2.1, but not any other remedy. If the Contractor fails to correct nonconforming Work within a reasonable time during that period after receipt of notice from the Owner or Architect, the Owner may correct it in accordance with Section 2.5. § 12.2.2.2 The one-year period far correcrion of Work shall be extended with respect to portions of Work first performed after Substantial Completion by the period of time between Substantial Completion and the actual completion of that porrion of the Work. § 12.2.2.3 The one-year period for correction of Work shall not be extended by corrective Work performed by the Contractor pursuant to this Section 12.2. However, Owner shall be entitled to a full twelve (12) months warranty. § 12.2.3 The Contractor shall remove from the site portions of the Work that are not in accordance with the requirements of the Contract Documents and are neither corrected by the Contractor nor accepted by the Owner. § 12.2.4 The Contractor shall bear the cost of correcting destroyed or damaged construction of the Owner or Separate Contractors, whether completed or partially completed, caused by the correction ar removal of Work that is not in accardance with the requirements of the Contract Documents. § 12.2.5 Nothing contained in this Section 12.2 shall be construed to establish a period of limitarion with respect to any obligations the Contractor has under the Contract Documents. Establishment of the one-year period for correction of Work as described in Section 12.2.2 relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to the Contractor's obligations under the Contract Documents. § 12.2.6 The corrective remedies set forth in this Article 12 are not exclusive and shall not deprive the Owner of any action, right or remedy otherwise available to it for breach of any provisions of the Contract Documents and for any damages suffered by Owner as a result of such defects in the Work including consequenrial damages. § 12.3 Acceptance of Nonconforming Work If the Owner prefers to accept Work that is not in accordance with the requirements of the Contract Documents, the Owner may do so instead of requiring its removal and correction, in which case the Contract Sum will be reduced as appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made, and, if final payment has been made, the Contractor shall refund the amount of such adjustment to the Owner promptly upon request. ARTICLE 13 MISCELLANEOUS PROVISIONS § 13.1 Governing Law � The Contract shall be governed by the Law of the place where the Project is located. § 13.2 Successors and Assigns § 13.2.1 The Owner and Contractar respectively bind themselves, their partners, successors, assigns, and legal representatives to covenants, agreements, and obligations contained in the Contract Documents. Except as provided in Section 1322, or as set forth elsewhere in the Contract Documents, neither party to the Contract shall assign the Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 34 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Contract as a whole without written consent of the other. If either party attempts to make an assignment without such consent, that party shall nevertheless remain legally responsible for all obligations under the Contract. § 13.2.2 The Owner may, without consent of the Contractor, assign the Contract to a lender providing construction financing for the Proj ect, or to an entity affiliated with the Owner, if the lender, or affiliate assumes the Owner's rights and obligations under the Contract Documents. The Owner may provide a collateral assignment of this Agreement to a lender without its assuming the Owner's rights and obligations under this Agreement. The Contractor shall execute all documents and consents reasonably required to facilitate the assignment. In addition to the foregoing, Owner may assign the Contract to a third party prior to Substantial Completion provided that such third party can demonstrate that it can fulfill Owner's obligations under the Contract, provided however, no assignment to a third party prior to Substantial Complerion shall be valid or enforceable until all outstanding Claims have been resolved and all outstanding amounts due Contractor have first been paid and received by Contractor. § 13.3 Rights and Remedies § 13.3.1 Duties and obligations imposed by the Contract Documents and rights and remedies available thereunder, shall be in addition to and not a limitation of duties, obligations, rights, and remedies otherwise imposed or available under the Contract Documents or by Law. § 13.3.2 No action or failure to act by the Owner, Architect, or Contractor shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder, except as specifically agreed upon in writing. Further, no failure to enforce a provision of the Contract Documents constitutes a waiver of any obligation to subsequently or otherwise comply with the provision, or a waiver of any other provision. § 13.4 Tests and Inspections § 13.4.1 Tests, inspections, and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable standards and Laws. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections, and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections, and approvals. The Contractor shall give the Architect timely norice of when and where tests and inspections are to be made so that the Architect may be present for such procedures. Except as otherwise required in the Contract, the Owner shall bear costs of tests, inspections, or approvals that do not become requirements until after the date of the Contract. The Owner shall directly arrange and pay for tests, inspections, or approvals where building codes or applicable Laws so require. § 13.4.2 If the Architect, Owner, or public authorities having jurisdiction determine that portions of the Wark require additional testing, inspection, or approval not included under Section 13.4.1, the Architect will, upon written authorization from the Owner, instruct the Contractor to make arrangements for such additional testing, inspecrion, or approval, by an entity acceptable to the Owner, and the Contractor shall give timely notice to the Architect of when and where tests and inspections are to be made so that the Architect may be present for such procedures. Such costs, except as provided in Secrion 13.4.3, shall be at the Owner's expense. § 13.4.3 If procedures for testing, inspection, or approval under Sections 13.4.1 and 13.4.2 reveal failure of the portions of the Wark to comply with requirements established by the Contract Documents, all costs made necessary by such failure, including the costs of additional testing, inspections and repeated procedures, the cost of uncovering, replacement and correction and compensation for the Architect's and the Owner's other consultants' services and expenses, shall be at the Contractor's expense. § 13.4.4 Required cerrificates of testing, inspection, or approval shall, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to the Owner and Architect. § 13.4.5 If the Architect is to observe tests, inspections, or approvals required by the Contract Documents, the Architect will do so promptly and, where practicable, at the normal place of testing. The Contractor shall require reports to be created in connection with all Contractor-procured testing and inspections of the Work and shall provide copies of the reports to the Owner and Architect in a timely manner. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 35 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 13.4.6 Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Wark. § 13.5 Interest Payments due and unpaid under the Contract Documents shall bear interest as specified in the Agreement. § 13.6 Wherever possible, each provision of this Agreement shall be interpreted in a manner as to be effective and valid under applicable law. If, however, any provision of this Agreement, or portion thereof, is prohibited by law or found invalid under any law, only such provision or portion thereof shall be ineffective, without in any manner invalidating or affecting the remaining provisions of this Agreement or valid portions of such provision, which are hereby deemed servable. § 13.7 NO ORAL WAIVER The provisions of the Contract Documents shall not be changed, amended, waived, or otherwise modified in any respect except by a writing signed by Owner. No person is authorized on behalf of Owner to orally change, amend, waive, or otherwise modify the terms of the Contract Documents or any of the Contractor's duties or obligations under or arising out of the Contract Documents. Any change, waiver, approval, or consent granted to the Contractor shall be limited to the specific matters stated in the writing signed by Owner, and shall not relieve Contractor of any other of the duties and obligations under the Contract Documents. No "constructive" changes shall be allowed. ARTICLE 14 TERMINATION OR SUSPENSION OF THE CONTRACT § 14.1 Termination by the Contractor § 14.1.1 The Contractor may terminate the Contract in accordance with Section 14.1.3 if, through no act or fault of any of the Contractor Parties, the Wark is stopped for either of the reasons set forth in Section 14.1.1.1 or 14.1.1.2 for a period of 120 consecutive days, ar if either condition in Sections 14.1.13 or 14.1.1.4 continues for a period of 30 consecutive days: .1 Issuance of an order of a court or other public authority having jurisdiction that requires all Work to be stopped; .2 An act of government, such as a declaration of national emergency, that requires all Work to be stopped; .3 Because the Architect has not issued a Certificate for Payment and has not notified the Contractor of the reason far withholding certification as provided in Section 9.4.1, or because the Owner has not made payment on a Cerrificate for Payment and has not notified the Contractor of the reason for withholding cerrification as provided in Section 9.52; or .4 The Owner has failed to furnish to the Contractor reasonable evidence as required by Section 2.2. § 14.1.2 The Contractor may terminate the Contract in accordance with Section 14.1.3 if, through no act or fault of any of the Contractor Parties, repeated suspensions, delays, or interruptions of the entire Work by the Owner as described in Section 14.3, constitute in the aggregate more than 100 percent of the total number of days scheduled for Substantial Completion, or 120 days in any 365-day period, whichever is less. § 14.1.3 If one of the reasons or conditions described in Section 14.1.1.1 or 14.1.1.2 exists for the period stated in Section 14.1.1, the Contractor may, after fourteen (14) days' written notice to the Owner and Architect (which period shall constitute an opportunity to cure), terminate the Contract and recover from the Owner payment for Work performed, as well as reasonable overhead and profit on the Work performed. If one of the reasons or conditions described in Section 14.1.1.3 or 14.1.1.4 exists for the period stated in Section 14.1.1, the Contractor may, after fourteen (14) days' written norice to the Owner and Architect (which period shall constitute an opportunity to cure), terminate the Contract and recover from the Owner payment for Work performed, as well as reasonable overhead and profit on the Work performed. § 14.1.4 If the Work is stopped for a period of 60 consecutive days through no act or fault of any of the Contractor Parties because the Owner has repeatedly failed to fulfill the Owner's obligations under the Contract Documents with respect to matters necessary to the progress of the Work, the Contractar may, upon seven additional days' written notice to the Owner and the Architect, terminate the Contract and recover from the Owner as provided in Section 14.1.3. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 36 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 14.2 Termination by the Owner for Cause § 14.2.1 The Owner may terminate the Contract, in whole or in part, if the Contractor .1 refuses or fails to supply proper supervision or enough properly skilled workers or proper materials, equipment, tools, or construction equipment and machinery; .2 fails to make payment to Subcontractors or suppliers in accordance with the Contract Documents or the respective agreements between the Contractor and the Subcontractors or suppliers; .3 disregards or violates any applicable Laws; .4 fails to rimely perform the Work in accordance with Section 3.10; .5 refuses or fails to promptly correct rejected or non-conforming Work or remedy property damage for which it is responsible; or .6 otherwise is guilty of a material breach of a provision of the Contract Documents. § 14.2.2 When any of the reasons described in Secrion 14.2.1 exist, the Owner may, without prejudice to any other rights or remedies of the Owner, terminate the Contract, in whole or in part. But if the Contractor can reasonably cure or commence curing the reason for termination within seven days, the Owner shall give it the opportunity by providing written notice of the default before termination. Upon termination under this Section 14.2, the Owner may, subject to any prior rights of the surety: .1 Exclude the Contractor from the site and take possession of all materials, equipment, tools, and construction equipment and machinery thereon owned by the Contractor; .2 Accept assignment of subcontracts pursuant to Section 5.4; and .3 Finish the Wark by whatever reasonable method the Owner may deem expedient. Upon written request of the Contractar, the Owner shall furnish to the Contractor a detailed accounring of the costs incurred by the Owner in finishing the Work. § 14.2.3 When the Owner terminates the Contract for one or more of the reasons stated in Section 142.1, the Contractor shall not be entitled to receive further payment until the Work is finished. Within seven days after termination under this Section 14.2, the Contractor shall submit to the Owner and Architect a complete and current accounting of the Contractors' liabilities and obligations related to the Proj ect, with supporting documentation, including copies of all agreements and change orders with each Subcontractor and supplier, copies of all bills, invoices, pay requests and change order requests with respect to each Subcontractor and supplier, and evidence of all payments made by the Contractor to, and lien and claim waivers from, each Subcontractor, Sub-subcontractar and supplier. Upon the Owner's request, the Contractor shall require each Subcontractor and supplier to submit a similar accounting, with supporting documentation, directly to the Owner. § 14.2.4 In the event of termination under this Secrion 14.2, upon Final Complerion of the Work, the Owner shall pay the Contractor the unpaid balance of the Contract Sum less the costs of finishing the Work, including compensation for the Architect's and the Owner's other consultants' services and expenses made necessary thereby, and other costs and damages incurred by the Owner and not expressly waived by the Owner. If the Owner's costs and damages exceed the unpaid balance, the Contractor shall pay the difference to the Owner upon demand. This obligation for payment shall survive termination of the Contract. § 14.2.5 If the Owner terminates the Contract under this Section 14.2, in whole ar in part, it shall not affect the Owner's rights and remedies under the Contract Documents or Law, and shall not terminate the Contractor's liability under the Contract Documents with respect to any portions of the Work or acts or omissions of any of the Contractor Parties. § 14.2.6 If termination under this Section 14.2 is found to be wrongful or improper, it shall be treated as a termination for convenience under Section 14.4. § 14.3 Suspension by the Owner for Convenience § 14.3.1 The Owner may, without cause, order the Contractor in writing to suspend, delay or interrupt the Work, in whole ar in part far such period of time as the Owner may determine. § 14.3.2 The Contract Sum and Contract Time shall be adjusted for actual and documented increases in the cost and time caused by suspension, delay, or interruption under Section 14.3.1. No adjustment shall be made to the extent .1 that performance is, was, or would have been, so suspended, delayed, or interrupted, by another cause for which the Contractor is responsible; or Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 37 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA .2 that an equitable adjustment is made or denied under another provision of the Contract. § 14.4 Termination by the Owner for Convenience § 14.4.1 The Owner may, at any time, terminate the Contract, in whole or in part, for the Owner's convenience and without cause. § 14.4.2 Upon receipt of notice from the Owner of such termination for the Owner's convenience, the Contractor shall .1 cease operations as directed by the Owner in the notice; .2 take actions necessary, or that the Owner may direct, for the protection and preservation of the Wark; and .3 except for Work directed to be performed prior to the effective date of termination stated in the notice, terminate all existing subcontracts and purchase orders and enter into no further subcontracts and purchase orders. § 14.4.3 In case of such termination for the Owner's convenience, the Owner shall pay the Contractor for Work properly performed and costs directly incurred by reason of the termination. § 14.4.4 The Contractor shall include a similar termination for convenience clause in all contracts with all of its Subcontractors, affording the Contractor the same rights of termination far convenience with respect to its Subcontractors as the Owner has with respect to the Contractor. ARTICLE 15 CLAIMS AND DISPUTES § 15.1 Claims § 15.1.1 Definition A Claim is a demand or assertion by one of the parries seeking, as a matter of right, payment of money, a change in the Contract Time, or other relief with respect to the terms of the Contract or any labor, materials, equipment and services provided by or on behalf of the Contractor for the Project. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract or the Project. The responsibility to substantiate Claims shall rest with the party making the Claim. This Section 15.1.1 does not require the Owner to file a Claim in order to impose liquidated damages in accordance with the Contract Documents. § 15.1.2 Time Limits on Claims The Owner and Contractor shall commence all Claims and causes of action against the other and arising out of or related to the Contract, whether in contract, tort, breach of warranty or otherwise, in accordance with the requirements of the binding dispute resolution method selected in the Agreement and within the period specified by applicable Law, but in any case not more than 10 years after the date of Substantial Completion of the Work. The Owner and Contractor waive all Claims and causes of action not commenced in accordance with this Section 15.1.2. § 15.1.3 Notice of Claims § 15.1.3.1 Claims by either the Owner or Contractar, where the condition giving rise to the Claim is first discovered prior to expiration of the period for correction of the Work set forth in Section 1222, shall be initiated by notice to the other party with a copy sent to the Architect. Claims by the Contractor for an increase in the Contract Sum or Contract Time under this Section 15.1.3.1 shall be initiated in writing, by notice as provided in this Section 15.1, within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the Contractor first recognizes the condition giving rise to the Claim, whichever is later, or the Claims are waived. § 15.1.3.2 Claims by either the Owner or Contractor, where the condition giving rise to the Claim is first discovered after expiration of the period for correction of the Work set forth in Section 12.2.2, shall be initiated by notice to the other parry. § 15.1.4 Continuing Contract Performance § 15.1.4.1 Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments in accordance with the Contract Documents. § 15.1.4.2lntentionally omitted. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 38 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 15.1.5 Claims for Additional Cost If the Contractor wishes to make a Claim for additional costs or compensation, including an increase in the Contract Sum, written notice as provided in Section 15.1.3 shall be given before proceeding to perform the portion of the Work that is the subject of the Claim. Prior notice is not required for Claims relating to an emergency endangering life or property arising under Section 10.4, but prompt notice is required. § 15.1.6 Claims for Additional Time § 15.1.6.1 If the Contractor wishes to make a Claim for an increase in the Contract Time, written notice as provided in Section 15.1.3 shall be given. The Contractor's notice of such Claim shall include an esrimate of cost and of probable effect of delay on progress of the Work and a request for a specified amount of increase in the Contract Time. In the case of a continuing delay, only one Claim is necessary. § 15.1.6.2 If adverse weather conditions are the basis for a Claim for additional time, such Claim shall be documented by data substantiating that weather conditions were abnormal for the period of time, in excess of the weather days allocated in Section 15.1.6.4 below, could not have been reasonably anticipated, and had an adverse effect on the critical path of construction. All weather delays in excess of those allocated in Section 15.1.6.4 below will be day for day extension of time and will be determined by conditions at the project site. All weather delays will be measured in whole days and not in half-day or partial-day increments. Contractor will norify Owner of any such delay in writing, and on a weekly basis (or such other interval as may be agreed upon between Contractor and Owner in writing) submit a report to the Owner substantiating any days claimed to have been lost. § 15.1.6.3 A Claim for additional time will be granted when the Project experiences adverse weather in excess of weather days allocated in Section 15.1.6.4 below. A Claim for additional time will also be granted for "mud days" which are defined as the day(s) after rain where the Contractor cannot advance on the critical path of the construction of the Wark. § 15.1.6.4 Allocated Weather Days The Contractor's schedule includes 25 days per 12-month period for adverse weather. § 15.1.7 Waiver of Claims for Consequential Damages The Contractor and Owner waive Claims against each other for consequential damages arising out of or relating to this Contract. This mutual waiver includes .1 damages incurred by the Owner for rental expenses, for losses of use, income, profit, financing, business and reputation, and for loss of management or employee productivity or of the services of such persons; and .2 damages incurred by the Contractor for principal office expenses including the compensation of personnel starioned there, for losses of financing, business and reputation, and for loss of profit, except anticipated profit arising directly from the Work. This mutual waiver is applicable, without limitation, to all consequential damages due to either party's termination in accordance with Article 14. Nothing contained in this Section 15.1.7 shall be deemed to preclude assessment of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents. § 15.2lntentionally omitted. (Paragraphs deleted) § 15.3 Negotiation and Mediation § 15.3.1 The Owner and Contractor hereby agree that any unresolved Claim shall be the subject of good faith negotiarions. The parties shall use their best efforts to resolve any Claim through such negotiarions, and shall attempt to reach a just and equitable resolution satisfactory to both parties. Such negotiations initially shall be held by a face-to-face meeting between the respective Project representatives of the Owner and Contractor. § 15.3.2 In the event that initial negotiations fail to resolve the Claim, the parties shall attempt in good faith to resolve any Claim promptly by negotiation between executives who have authoriry to settle the Claim and who are at a higher level of management than the persons with direct responsibility for administration of this Contract. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 39 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA § 15.3.3 All offers, promises, conduct and statements, whether oral or written, made in the course of the negotiation by any of the parties, their agents, employees, experts and attorneys are confidential, privileged and inadmissible for any purpose, including impeachment, in arbitrarion, litigation or other proceeding involving the parries, provided that evidence that is otherwise admissible or discoverable shall not be rendered inadmissible or non-discoverable as a result of its use in the negotiation. § 15.3.4 Any Claims not resolved by negotiation of the parties shall be subject to mediation as a condition precedent to binding dispute resolution. § 15.3.5 The parties shall endeavor to resolve their Claims by mediation which, unless the parties mutually agree otherwise, shall be administered by the American Arbitration Association in accordance with its Construction Industry Mediarion Procedures in effect on the date of the Agreement. A demand for mediarion shall be made in writing, delivered to the other party to the Contract and the person or entity administering the mediarion. The demand may be made concurrently with the filing of binding dispute resolution proceedings but, in such event, mediation shall proceed in advance of binding dispute resolution proceedings, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. § 15.3.6lntentionally omitted. § 15.3.7 The parties shall share the mediator's fee and any other mediation fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. § 15.3.8 If any Claim relates to ar is the subject of a lien arising out of the Contractor's Wark, the Contractor or the Owner may proceed in accordance with applicable Laws to comply with the lien notice or filing deadlines, or to obtain the discharge of such a lien, prior to or during resolution of the matter by negotiation or mediation. § 15.3.9 All applicable statutes of limitation and repose and defenses based upon the passage of time shall be tolled while the procedures specified in this Section 15.3 are pending and for fifteen (15) days thereafter. The Owner and Contractor will take such action, if any, required to effectuate and document such tolling. § 15.3.10 The Owner and Contractor shall include similar negotiation and mediation provisions in all agreements with Subcontractors and separate contractors retained for the Project, and shall require all Subcontractors and separate contractars retained for the Project to include similar negotiation and mediation provisions in all agreements with all Sub-subcontractors, thereby providing for negotiation and mediation among and between the Owner, the Contractor, their Subcontractors and separate contractors, and all other persons and entities performing any portion of the Work to be provided on the Project. § 15.3.11 In the event of any litigation or other binding dispute resolution proceeding between the Owner and Contractor arising out of or relating in any way to this Agreement, the Work or the Project, the non-prevailing party in such proceeding shall pay to the prevailing party all reasonable costs and expenses incurred by the prevailing party in connection with such proceeding, including reasonable attorneys' fees and expenses. § 15.4 Arbitration (Paragraphs deleted) § 15.4.1 If the parties have selected arbitration as the method for binding dispute resolution in the Agreement, any claim, subj ect to, but not resolved by, mediation shall be subject to arbitration which, unless the parties mutually agree otherwise, shall be administered by the American Arbitration Association, in accordance with the Construction Industry Arbitration Rules in effect on the date of this Agreement. The demand for arbitration shall be filed in writing with the other party to this Agreement. Unless the amount in controversy exceeds $1,000,000, a single arbitrator will preside over the dispute. The person selected to act as the arbitrator shall have at least fifteen (15) years of experience with construction law in the state of Texas. If the amount in controversy exceeds $1,000,000 a panel of three (3) arbitratars shall be appointed. § 15.4.2 An arbitration pursuant to this Section may be joined with an arbitration involving common issues of law or fact between the Owner or Contractor and any person or entity with whom the Owner or Contractor has a contractual obligation to arbitrate disputes which does not prohibit consolidation or joinder. No other arbitration arising out of or Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 40 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA relaring to the Contract shall include, by consolidation, joinder or in any other manner, an additional person or enrity not a party to the Contract or not a party to an agreement with the Owner or Contractor, except by written consent containing a specific reference to the Contract signed by the Owner and Contractor and any other person or entities sought to be joined. Consent to arbitration involving an additional person or entity shall not constitute consent to arbitration of any claim, dispute or other matter in question not described in the written consent ar with a person ar entity not named or described therein. The foregoing agreement to arbitrate and other agreements to arbitrate with an additional person or entity duly consented to by the parties to the Agreement shall be specifically enforceable in accordance with Applicable Law in any court having jurisdiction thereof. (Paragraphs deleted) § 15.4.3 The party filing a norice of demand for arbitrarion must assert in the demand all Claims then known to that party on which arbitration is permitted to be demanded. The parties shall initially bear equally the costs of such arbitration. The parties further agree that failure to pay shall constitute a default under this Agreement. If at any time a party shall fail to pay when due any amount requested by the AAA as part of the cost of arbitration, and shall thereafter fail within ten (10) days to pay such amount in full after having received from the AAA a written request to do so, then that party shall be deemed irrevocably to have waived all claims for affirmative relief and all defenses to claims for relief by the non-defaulting party. The non-defaulting party shall have the right to be awarded and to recover from the defaulting parry reasonable attorney's fees because of such default, in addition to any other relief to which it or may be entitled. § 15.4.4 As to arbitrator authority, nothing contained herein shall be deemed to give any arbitrator appointed hereunder any authority, power or right to alter, change, amend, modify, waive, add to or delete from any of the valid provisions of this Agreement. § 15.4.5 Nothing contained herein shall prevent a party from initiating suit in a court of competent jurisdiction in the county wherc the Project is located, in good faith, for the sole purpose of compelling arbitration, nor shall it prevent any party from requesting from such court, in good faith, to enter any injunctive relief which is otherwise appropriate under applicable law where the Project is located, for the limited purpose of maintaining the status quo of the parties pending arbitration, or as part of any final award of arbitration or in aid of arbitration. § 15.4.6 The arbitrator shall render a reasoned award within thirty (30) days after the close of the hearing. If any monetary relief is awarded, then the award shall also recite that the amount awarded shall accrue interest at the then current Wall Street Journal Prime Rate plus one percent (1%) per annum, simple interest, beginning thirty (30) days after the date of the award until paid. The arbitrator shall further be authorized to award to the prevailing party reasonable attorney's fees and all costs of arbitration. The award rendered by the arbitrator shall be final, subject to review as permitted under the Texas Arbitration Act, Texas Civil Practice and Remedies Code Chapter 171, and judgment may be entered upon it in accordance with Applicable Law in any court having jurisdiction thereof. § 15.4.7 The parties agree that the arbitration shall be conducted in the county in which the Project is located, and further agree that such county is the proper venue for any action or proceeding brought by either party under, in connection with, ar relating to the Agreement, whether in contract, tort ar otherwise. Any action ar proceeding against Contractor shall be brought in any state or federal court in such county to the extent not prohibited by Applicable Law. To the extent permitted by Applicable Law, Contractor hereby irrevocably (a) submits to the jurisdiction of such courts and (b) waives any objection it may now or hereafter have as to the venue of any such action or proceeding brought in any such court or that any such court is an inconvenient forum, or as to trial by jury or judicial tribunal. Init. AIA Document A201 — 2017. Copyright �O 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents° are trademarks of The 41 American Institute of Architects. This document was produced at 10:26:47 ET on 09/08/2025 under Order No.4104244951 which expires on 10/01/2025, is not for � resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents� Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. UserNotes: (1213032772) Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Exhibit A Owner's Insurance Requirements of Contractor 1. Specific Insurance Requirements The following insurance shall be maintained in effect with limits not less than those set forth below at all times during the term of this Agreement and thereafter as required: Insurance Commercial General Liability (Occurrence Basis) Business Auto Liability Coverage/Limits • $1,000,000 Per Occurrence • $2,000,000 General Aggregate • $2,000,000 Products/Completed Operations Aggregate • $1,000,000 Personal And Advertising Injury • Designated Construcrion Project(s) General Aggregate Limit • $1,000,000 Electronic Data Liabiliry Other Requirements • Current ISO edition of CG 00 O1 • The personal injury contractual liabiliry exclusion shall be deleted. • Additional insured status shall be provided in favor of Owner Parties on a combination of ISO forms CG 20 10 10 O1 and CG 20 37 10 O1. • This coverage shall be endorsed to provide primary and non-contributing liability coverage. It is the intent of the parries to this Agreement that all insurance coverage required herein shall be primary to and shall seek no contribution from all insurance available to Owner Parties, with Owner Parties' insurance being excess, secondary and non-contributing. • The following exclusions/limitations (or their equivalent(s), are prohibited: o Contractual Liability Limitarion CG 21 39 o Amendment of Insured Contract Definition CG 24 26 o Limitation of Coverage to Designated Premises or Project, CG 21 44 o Exclusion-Damage to Work Performed by Subcontractors On Your Behalf, CG 22 94 or CG 22 95 o Any Construction Defect Completed Operations exclusion o Any endorsement modifying or deleting the exceprion to the Employer's Liability exclusion o Any endorsement modifying or deleting Explosion, Collapse ar Underground coverage o Any Habitarional or Residential exclusion o Any "Insured vs. Insured" exclusion o Any Punitive, Exemplary or Multiplied Damages exclusion o Any Subsidence exclusion • Current ISO edition of CA 00 O1 • Arising out of any auto (Symbol 1), including owned, hired and nonowned • The State in which work is to be performed must listed under Item 3.A. on the Information Page • Such insurance shall cover liability arising out of the Contractor's employment of workers and anyone far whom the Contractor may be liable for workers' compensation claims. Workers' compensation insurance is required, and no "alternative" forms of insurance shall be permitted. $1,000,000 Per Accident Warkers' • Statutory Limits Compensation and •$1,000,000 Each Accident and Disease Employer's . Alternate Employer endorsement Liability . USL&H must be provided where such exposure exists. Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Excess Liability (Occurrence Basis) Professional Liability Pollution Liability Builders Risk By OWNER $50,000,000 Each Occurrence • $1,000,000 Each Occurrence • Such insurance shall cover all services rendered by the Contractor and its consultants under the Agreement, including but not limited to design or design/build services. • Policies written on a Claims-Made basis shall have an extended reporting period of at least two years beyond termination of the Agreement. • $3,000,000 Each Occurrence • Such insurance must provide third party liabiliry coverage for bodily injury, properry damage, clean up expenses, and defense arising from the operations. • All coverage provided in the policy shall apply to operations and completed operations of the firm without separate restrictions for either of these time frames. • Mold and/or microbial matter and/or fungus and/or biological substance shall be specifically included within the definition of Pollutants in the policy. 2. General Insurance Requirements A. Definitions. For purposes of this Agreement: • Where a Professional Employer Organization (PEO) ar "leased employees" are utilized, Contractor shall require its leasing company to provide Workers' Compensation insurance for said workers and such policy shall be endorsed to provide an Alternate Employer endorsement in favor of Contractor and Owner. Where Contractor uses leased employees with Workers' Compensation insurance provided by a PEO or employee leasing company, Contractor is strictly prohibited from subletting any of its work without the express written agreement of Owner. • Such insurance shall be excess over and be no less broad than all coverages described above. • Drop-down coverage shall be provided for reduction and/or exhaustion of underlying aggregate limits and shall include a dury to defend any insured. This insurance is not permitted to include any type of exclusion or limitarion of coverage applicable to claims arising from: • bodily injury or property damage where coverage is provided in behalf of design professionals or design/build contractors • habitational or residential operations • mold and/or microbial matter and/or fungus and/or biological substance • punitive, exemplary or multiplied damages. This insurance is not permitted to include any type of exclusion or limitarion of coverage applicable to claims arising from: • asbestos or lead • contractual assumption of liability • impaired property that has not been physically injured • materials supplied or handled by the named insured. However, exclusions far the sale and manufacture of products are allowed. Exclusionary language pertaining to materials supplied by the insured shall be reviewed by the certificate holder for approval. • properry damage to the wark performed by the contractor • punitive, exemplary or multiplied damages • work performed by subcontractors i. "ISO" means Insurance Services Office. ii. "Contractor" shall include subcontractors of any tier. Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA iii. "Owner Parties" means (a) HPI Multifamily LLC, HPIMF BONDS LAND MF1 DFW005 LP, HPIMF BONDS LAND MF1 DFW002 LP, AND HPIMF BONDS HOLDINGS DFW009 LP ("Owner"), (b) the Project, (c) any lender whose loan is secured by a lien against the Work, (d) their respecrive shareholders, members, partners, joint venturers, affiliates, subsidiaries, successors and assigns, (e) any directors, officers, employees, or agents of such persons or entities, and (� others as required by the Construction Documents. B. Policies. i. Contractor shall maintain such General Liability, Excess Liability, Professional and Pollution insurance in comparable coverage, form and amount, including required endorsements, for at least four (4) years following Date of Substantial Completion of the Work to be performed under this Agreement. Contractor shall provide written representation to Owner stating Work completion date. ii. All policies must: a. Be written through insurance companies authorized to do business in the State in which the work is to be performed and rated no less than A-: VII in the most current edirion of A. M. Best's Key Rating Guide. b. Provide a waiver of subrogation in favor of Owner Parties on all insurance coverage carried by Contractor, whether required herein or not c. Contain an endorsement providing for thirty (30) days prior written notice to Owner of cancellation or material change of coverage. d. Be provided to the Owner Parties in compliance with the requirements herein and shall contain no endorsements that restrict, limit, or exclude coverage required herein in any manner without the prior express written approval of the Owner. iii. Failure of any Owner Party to demand such certificate or other evidence of full compliance with these insurance requirements or failure of any Owner Party to identify a deficiency from evidence that is provided shall not be construed as a waiver of the Contractor's obligation to maintain such insurance. iv. Contractor shall provide to the Owner a cerrified copy of all insurance policies required herein within ten (10) days of any such request. Renewal policies, if necessary, shall be delivered to the Owner priar to the expiration of the previous policy. v. Commencement of Work without provision of the required certificate of insurance, evidence of insurance and/or required endarsements, or without compliance with any other provision of this Agreement, shall not constitute a waiver by any Owner Party of any rights. The Owner shall have the right, but not the obligation, of prohibiting the Contractor or any subcontractor from performing any Work until such certificate of insurance, evidence of insurance and/or required endorsements are received and approved by the Owner. C. Limits, Deductibles and Retentions i. The limits of liability may be provided by a single policy of insurance or by a combination of primary and excess policies, but in no event shall the total limits of liability available for any one occurrence or accident be less than the amount required herein. ii. No deductible or self-insured retention shall exceed $25,000 without prior written approval of the Owner, except as otherwise specified herein. All deductibles and/or retentions shall be paid by, assumed by, for the account of, and at the Contractar's sole risk. The Contractor shall not be reimbursed for same D. Forms i. If the forms of policies, endorsements, certificates or evidence of insurance required by this Exhibit are superseded or discontinued, Owner will have the right to require other equivalent forms. ii. Any policy or endorsement form other than a form specified in this Exhibit must be approved in advance by Owner. E. Evidence of Insurance. Insurance must be evidenced as follows: i. ACORD Form 25 Certificate of Liabiliry Insurance for liability coverages. ii. ACORD Form 28 (2003/10) Evidence of Commercial Property Insurance for property coverages. iii. Evidence shall be provided to Owner prior to commencing Work and prior to the expiration of any required coverage. iv. ACORD Forms specify: a. Owner as certificate holder at Owner's mailing address; b. Insured's name, which must match that on this Agreement; c. Insurance companies producing each coverage and the policy number and policy date of each coverage; Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA d. Producer of the certificate with correct address and phone number and have the signature of the authorized representative of the producer; e. Additional Insured status in favor of Owner Parties; £ Amount of any deductible or self-insured retention in excess of $25,000; g. Designated Construction Project(s) General Aggregate Limit; h. Personal Injury Contractual Liabiliry; i. Primary and non-contributory status; j. Waivers of subrogation; and k. All exclusions and limitations added by endorsement to the General Liability coverage. This can be achieved by provision of the Schedule of Forms and Endorsements page. v. Copies of the additional insured endorsement(s) applicable to the General Liability policy and of the 30 Day Notice of Cancellation ar Material Change endorsement applicable to all required policies shall also be provided. F. Contractor Insurance Representations to Owner Parties i. It is expressly understood and agreed that the insurance coverages required herein (a) represent Owner Parties' minimum requirements and are not to be construed to void or limit the Contractor's indemnity obligations as contained in this Agreement nor represent in any manner a determination of the insurance coverages the Contractor should or should not maintain for its own protection; and (b) are being, or have been, obtained by the Contractor in support of the Contractor's liability and indemnity obligations under this Agreement. Irrespective of the requirements as to insurance to be carried as provided for herein, the insolvency, bankruptcy or failure of any insurance company carrying insurance of the Contractor, or the failure of any insurance company to pay claims accruing, shall not be held to affect, negate or waive any of the provisions of this Agreement. ii. Failure to obtain and maintain the required insurance shall constitute a material breach of, and default under, this Agreement. If the Contractor shall fail to remedy such breach within five (5) business days after notice by the Owner, the Contractor will be liable for any and all costs, liabilities, damages and penalties resulting to the Owner Parries from such breach, unless a written waiver of the specific insurance requirement(s) is provided to the Contractor by the Owner. In the event of any failure by the Contractor to comply with the provisions of this Agreement, the Owner may, without in any way compromising or waiving any right or remedy at law or in equiry, on norice to the Contractor, purchase such insurance, at the Contractor's expense, provided that the Owner shall have no obligation to do so and if the Owner shall do so, the Contractor shall not be relieved of or excused from the obligation to obtain and maintain such insurance amounts and coverages. iii. This Exhibit is an independent contract provision and shall survive the termination or expiration of the Construction Agreement. G. Insurance Repuirements of Contractor's Subcontractors i. Insurance similar to that required of the Contractor shall be provided by all subcontractors (ar provided by the Contractor on behalf of subcontractors) to cover operations performed under any subcontract agreement. The Contractor shall be held responsible for any modification in these insurance requirements as they apply to subcontractors. The Contractor shall maintain certificates of insurance from all subcontractors containing provisions similar to those listed herein (modiiied to recognize that the certificate is from subcontractor) enumerating, among other things, the waivers of subrogation, additional insured status, and primary liability as required herein, and make them available to the Owner upon request. ii. The Contractor is fully responsible for loss and damage to its property on the site, including tools and equipment, and shall take necessary precautions to prevent damage to or vandalism, theft, burglary, pilferage and unexplained disappearance of properry. Any insurance covering the Contractor's or its subcontractor's properry shall be the Contractor's and its subcontractor's sole and complete means or recovery for any such loss. To the extent any loss is not covered by said insurance or subject to any deductible or co-insurance, the Contractor shall not be reimbursed for same. Should the Contractor ar its subcontractors choose to self insure this risk, it is expressly agreed that the Contractor hereby waives, and shall cause its subcontractors to waive, any claim for damage or loss to said property in favor of the Owner Parties. H. Use of the Owners Epuipment The Contractor, its agents, employees, subcontractors or suppliers shall use the Owners equipment only with express written permission of the Owners designated representative and in accordance with the Owners terms and condition for such use. If the Contractor or any of its agents, employees, subcontractors or suppliers utilize any of the Owners equipment for any purpose, 4 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA including machinery, tools, scaffolding, hoists, lifts or similar items owned, leased or under the control of the Owner, the Contractor shall defend, indemnify and be liable to the Owner Parties for any and all loss or damage which may arise from such use. I. Release and Waiver The Contractor hereby releases, and shall cause its subcontractors to release, the Owner Parties from any and all claims or causes of action whatsoever which the Contractor and/or its subcontractors might otherwise now or hereafter possess resulting in or from or in any way connected with any loss covered by insurance, whether required herein or not, or which should have been covered by insurance required herein, including the deductible and/or uninsured portion thereof, maintained and/or required to be maintained by the Contractor and/or its subcontractors pursuant to this Agreement. Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC Current Drawings A0.00 A1.01 A1.02 A1.03 A1.04 A1.05 A1.06 A1.07 A1.08 A1.09 A1.10 Al.11 A1.12 A1.13 A1.14 A1.15 A2.01 A2.02 A2.03 A2.04 COVERSHEET SITE PLAN/BLDG SYMBOLS/BLDG LEGEND ADDRESS PLAN TABULATIONS/GEN.NOTESNICINITY MAP/DETAILS/CODE ANALYSIS MAINT. & WASH AREA PLANS/ELEVATIONS GARAGEPLANS GARAGEPLANS/ELEVATIONS CARPORT. TRASH COMPACTOR. & RECYCLE PLANS / ELEVS TRASH ELEVS, POOL PAVILION PLASN / ELEVS, SECTIONS ACCESSIBILITY DETAILS ACCESSIBILITY DETAILS ACCESSIBILITY DETAILS ACCESSIBILITY DETAILS ACCESSIBILITY DETAILS ACCESSIBILITY DETAILS ACCESSIBILITY/ FAIR HOUSING DETAILS TYPICAL UNIT PLAN - A1 / INTERIOR ELEVATIONS TYPICAL UNIT PLAN - A2 / INTERIOR ELEVATIONS TYPICAL UNIT PLAN - A3 / INTERIOR ELEVATIONS TYPICAL UNIT PLAN - A4 / INTERIOR ELEVATIONS 3 O8/07R025 3 OS/07/2025 3 08/07/2025 3 08/07/2025 3 O8/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 2 08/07/2025 2 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04R025 Issue For Construction Set 8.7.2025 (08/07R5) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/042025 Issue For Construction Set 8.7.2025 ( 08/072 5 ) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/20Z5 Issue For Construction Set 8.7.2025 ( 08/07/2 5 ) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/042025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 Page 1 of 2J Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC A2.05 A2.06 A2.07 A2.08 A2.09 A2.10 A2.11 A2.12 A2.20 A2.21 A2.22 A2.23 A2.24 A2.25 A2.26 A2.27 A2.28 A2.29 A2.30 A2.31 A2.32 A2.33 TYPICAL UNIT PLAN - A4 / INTERIOR ELEVATIONS - ACC TYPICAL UNIT PLAN - Bl / INTERIOR ELEVATIONS TYPICAL UNIT PLAN - B2 / INTERIOR ELEVATIONS TYPICAL UNIT PLAN - B3 / INTERIOR ELEVATIONS TYPICAL UNIT PLAN - B3 / INTERIOR ELEVATIONS - ACC TYPICAL UNIT PLAN - Cl / INTERIOR ELEVATIONS TYPICAL UNIT PLAN - C2 / INTERIOR ELEVATIONS TYPICAL UNIT PLAN - C2 / INTERIOR ELEVATIONS - ACC BLDGS 2,4 -TYPE 1/ FOUNDATION PROFILE BLDGS 2, 4- TYPE 1/ 15T FLOOR PLAN BLDGS 2, 4-TYPE 1/ 2ND FLOOR PLAN BLDGS 2, 4-TYPE 1/ 3RD FLOOR PLAN BLDGS 2, 4- TYPE 1/ ROOF PLAN BLDG 3- TYPE II / FOUNDATION PROFILE BLDG 3- TYPE II / FOUNDATION PROFILE BLDG 3- TYPE II / 15T FLOOR PLAN BLDG 3- TYPE II / 15T FLOOR PLAN BLDG 3- TYPE II / 2ND FLOOR PLAN BLDG 3- TYPE II / 2ND FLOOR PLAN BLDG 3- TYPE II / 3RD FLOOR PLAN BLDG 3-TYPE II / 3RD FLOOR PLAN BLDG 3-TYPE II / ROOF PLAN 3 OS/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas (oaio�izs) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 2 of 2J Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC A2.34 A2.35 A2.36 A2.37 A2.38 A2.39 A2.40 A2.41 A2.42 A2.43 A2.44 A2.45 A2.46 A2.47 A2.48 A2.49 A2.50 A2.51 A2.52 A2.53 A2.54 A2.55 A2.56 BLDG 3- TYPE II / ROOF PLAN BLDGS 5, 14 - TYPE III / FOUNDATION PROFILE BLDGS 5, 14 - TYPE III / 15T FLOOR PLAN BLDGS 5, 14 - TYPE III / 2ND FLOOR PLAN BLDGS 5, 14 - TYPE III / 3RD FLOOR PLAN BLDGS 5, 14 - TYPE III / ROOF PLAN BLDGS 9, 10, 11 -TYPE IV -A/ FOUNDATION PROFILE BLDGS 9, 10, 11 - TYPE IV - A/ 15T FLOOR PLAN BLDGS 9, 10, 11 -TYPE IV - A/ 2ND FLOOR PLAN BLDGS 9, 10, 11 - TYPE IV - A/ 3RD FLOOR PLAN BLDGS 9, 10, 11 - TYPE IV - A/ ROOF PLAN BLDG 7- TYPE V/ FOUNDATION PROFILE BLDG 7- TYPE V/ 15T FLOOR PLAN BLDG 7- TYPE V/ 2ND FLOOR PLAN BLDG 7- TYPE V/ 3RD FLOOR PLAN BLDG 7- TYPE V/ ROOF PLAN BLDG 8- TYPE VI / FOUNDATION PROFILE BLDG 8- TYPE VI / 15T FLOOR PLAN BLDG 8- TYPE VI / 2ND FLOOR PLAN BLDG 8- TYPE VI / 3RD FLOOR PLAN BLDG 8- TYPE VI / ROOF PLAN BLDGS 13 -TYPE VII -A/ FOUNDATION PROFILE BLDGS 13 - TYPE VII - A/ 15T FLOOR PLAN 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue ForConstruction SetS.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 Page 3 of 2J Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC A2.57 A2.58 A2.59 A2.60 A2.61 A2.62 A2.63 A2.64 A2.65 A2.66 A2.67 A2.68 A2.69 A3.01 A4.01 A4.02 A4.03 A4.04 A4.05 A4.06 A4.07 A4.08 BLDGS 13 - TYPE VII - A/ 2ND FLOOR PLAN BLDGS 13 -TYPE VII - A/ 3RD FLOOR PLAN BLDGS 13 - TYPE VII - A/ ROOF PLAN BLDG 6- TYPE IV - B/ FOUNDATION PROFILE BLDG 6- TYPE IV - B/ 15T FLOOR PLAN BLDG 6- TYPE IV - B/ 2ND FLOOR PLAN BLDG 6- TYPE IV - B/ 3RD FLOOR PLAN BLDG 6- TYPE IV - B/ ROOF PLAN BLDG 12 - TYPE IV - B/ FOUNDATION PROFILE BLDG 12 - TYPE VII - B/ 15T FLOOR PLAN BLDG 12 - TYPE VII - B/ 2ND FLOOR PLAN BLDG 12 - TYPE VII - B/ 3RD FLOOR PLAN BLDG 12 - TYPE VII - B/ ROOF PLAN DOOR AND WINDOW SCHEDULE BLDGS 2, 4-TYPE 1/ EXTERIOR ELEVATIONS BLDG 3- TYPE II / EXTERIOR ELEVATIONS BLDG 3- TYPE II / EXTERIOR ELEVATIONS BLDGS 5, 14 -TYPE III /EXTERIOR ELEVATIONS BLDGS 9, 10, 11 -TYPE IV - A/ EXTERIOR ELEVATIONS BLDG 7- TYPE V/ EXTERIOR ELEVATIONS BLDG 8- TYPE VI / EXTERIOR ELEVATIONS BLDGS 13 - TYPE VII - A/ EXTERIOR ELEVATIONS 3 OS/07/2025 3 08/07/2025 3 08/07/2025 2 08/07/2025 2 08/07R025 2 08/07/2025 2 08/07/2025 2 08/07/2025 2 08/072025 2 08/07/2025 2 08/07/2025 2 08/07/2025 2 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/072025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas (oaio�izs) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 4 of 2J Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC A4.09 A4.10 A5.01 A5.02 A5.03 A5.04 A5.05 A5.06 A5.07 A5.08 A5.09 A5.10 A5.11 A5.12 A6.01 A6.02 A6.03 A7.01 A7.02 A7.03 AS.Ol A8.02 A8.03 BLDG 6- TYPE IV - B/ EXTERIOR ELEVATIONS BLDG 12 - TYPE VII - B/ EXTERIOR ELEVATIONS WALL SECTIONS WALLSECTIONS WALLSECTIONS WALL SECTIONS WALL SECTIONS DETAILS DETAILS DETAILS DETAILS DETAILS TPO DETAILS CONSTRUCTION ASSEMBLIES STAIR PLANS / DETAILS STAIR SECTIONS STAIR SECTIONS DOOR & WINDOW DETAILS DOOR & WINDOW DETAILS WINDOW INSTALLATION INSTRUCTIONS REC / LEASING - FOUNDATION PROFILE REC / LEASING - FLOOR PLAN REC / LEASING - ROOF PLAN 2 08/07/2025 2 08/07/2025 3 O8/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 2 08/07/2025 3 08/07/2025 3 08/07/2025 1 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07R5) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (OS/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 ( 08/07/2 5 ) 09/04/2025 Issue For Construction Set 8.7.2025 Page 5 of 2J Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC A8.04 A8.05 AS.06 A8.07 A8.08 A8.09 AS.10 A8.11 lof2 2of2 C001 C002 C003 C004 C101 C102 C201 C202 C203 C204 C205 REC / LEASING - EXTERIOR ELEVATIONS REC / LEASING - WALL SECTIONS REC / LEASING - WALL SECTIONS REC / LEASING - WALL SECTIONS REC / LEASING - DETAILS REC / LEASING - DETAILS REC / LEASING - DETAILS REC / LEASING - DETAILS SITE PLAN SITE INFORMATION COVER GENERALNOTES PLAT PLAT EROSION CONTROL PLAN EROSION CONTROL DETAILS SITE PLAN DIMENSION CONTROL PLAN DIMENSION CONTROL PLAN MENSION CONTROL PLAN DIMENSION CONTROL PLAN 3 OS/07/2025 3 08/07/2025 3 08/07/2025 3 O8/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 0 O5/012025 0 OS/Ol/2025 2 08/07/2025 5 08/07/2025 3 08/16/2022 2 08/16R022 5 08/07/2025 5 08/07/2025 3 08/07/2025 5 08/072025 5 08/07/2025 5 08/07/2025 5 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas (oaio�izs) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/132025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page fi of 2J Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC C206 C301 C302 C303 C304 C305 C306 C307 C401 C402 C403 C404 C405 C406 C407 C408 C409 C410 C411 C412 C413 C414 C501 DIMENSIO CONTROL PLAN GRADING PLAN GRADING PLAN GRADING PLAN GRADING PLAN GRADING PLAN GRADING PLAN GRADING PLAN EXISTING DRAINAGE AREA MAP PHASE 1 DRANAGE AREA MAP HYDRAULIC CALCULATIONS STORM PLAN - ST-3 STORM PROFILES - ST-3 STORM PLAN & PROFILE - ST-3D STORM PLAN & PROFILE - ST-5 STORM PLAN & PROFILE - ST-SD STORM PLAN & PROFILE - ST-6 STORMPLAN-COURTYARD STORM DETAILS STORM DETAILS STORM DETAILS STORM DETAILS FIRE PROTECTIO PLAN N N Page J of 2J 5 08/07/2025 5 08/07/2025 5 08/07/2025 5 08/07R025 5 08/07/2025 5 08/07/2025 2 08/07/2025 2 O8/07/2025 3 08/07R025 3 08/07/2025 5 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 2 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/042025 Issue For Construction Set 8.7.2025 (08/07R5) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (OS/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 ( 08/07/2 5 ) 09/04/2025 Issue For Construction Set 8.7.2025 Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC C502 C503 C504 C505 C506 C507 C508 C509 C510 C511 C512 C601 C602 C603 C604 C605 E-1.0 E-1.1 E-2.0 E-2.1 E-2.2 WATER PLAN WATER PLAN WATER DETAILS WATER DETAILS WATER DETAILS SANITARY SEWER PLAN SANITARY SEWER PROFILE - S51 SANITARY SEWER PROFILE - S51-A & SSl-B SANITARY SEWER PROFILE - 551-C SEWER DETAILS SEWER DETAILS PAVING PLAN PAVING DETAILS PAVING DETAILS PAVING DETAILS PAVING DETAILS ELECTRICAL COVER SHEET ELECTRICAL COVER SHEET ELECTRICAL PLAN - CLUBHOUSE ELECTRICALNOTES-CLUBHOUSE LIGHTING PLAN - CLUBHOUSE 3 OS/07/2025 3 08/07/2025 3 08/07/2025 3 O8/07/2025 3 08/07R025 3 08/07/2025 5 08/07/2025 5 08/07/2025 5 08/072025 3 08/07/2025 3 08/07/2025 5 08/07/2025 5 08/072025 5 08/07/2025 5 08/07/2025 5 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 2 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas (oaio�izs) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 ( 08/072 5 ) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 8 of 2J Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC E-3.0 E-3.1 E-3.2 E-4 E-5.0 E-5.1 E-6.0 E-6.1 E-7 E-8 E-9 EL-1.0 EL-1.1 EL-2.0 EL-2.1 EL-2.2 EL-3.0 EL-3.1 EL-4.0 EL-4.1 EL-5.0 EL-5.1 EL-6.0 ELECTRICAL PLAN - UNITS ELECTRICAL PLAN - UNITS ELECTRICAL PLAN - UNITS ELECTRICAL SERVICE DETAILS ELECTRICALSCHEDULES ELECTRICALSCHEDULES ELECTRICAL RISER DIAGRAMS - METER CENTERS ELECTRICAL RISER DIAGRAMS - CLUBHOUSE & HOUSE SERVICES FIRE ALARM SYSTEM NOTES & DETAILS ELECTRICAL SPEQFICATIONS ELECTRICAL SPECIFICATIONS ELECTRICAL / LIGHTING PLAN - BUILDING TYPE I ELECTRICAL / LIGHTING PLAN - BUILDING TYPE I& NOTES ELECTRICAL / LIGHTING PLAN - BUILDING TYPE II ELECTRICAL / LIGHTING PLAN - BUILDING TYPE II ELECTRICAL / LIGHTING PLAN - BUILDING TYPE II ELECTRICAL / LIGHTING PLAN - BUILDING TYPE III ELECTRICAL / LIGHTING PLAN - BUILDING TYPE III ELECTRICAL / LIGHTING PLAN - BUILDING TYPE N ELECTRICAL / LIGHTING PLAN - BUILDING TYPE IV ELECTRICAL / LIGHTING PLAN - BUILDING TYPE V ELECTRICAL / LIGHTING PLAN - BUILDING TYPE V ELECTRICAL / LIGHTING PLAN - BUILDING TYPE VI 3 08/07/2025 3 08/07/2025 3 O8/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 OS/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07R5) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue ForConstruction Set8.7.2025 (08/07/25) 09/04/2025 Issue ForConstruction Set8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 Page 9 of 2J Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC EL-6.1 ELECTRICAL / LIGHTING PLAN - BUILDING TYPE VI EL-7.0 ELECTRICAL / LIGHTING PLAN - BUILDING TYPE VII EL-7.1 ELECTRICAL / LIGHTING PLAN - BUILDING TYPE VII FP-1 FIRE PROTECTION SPECIFICATIONS AND DETAILS FP-2 FIRE PROTECTION PLAN - CLUBHOUSE I D-0.00 I D-0.01 I D-O.OlA I D-0.01 B I D-0.02 I D-0.03 I D-0.04 I D-0.05 I D-0.06 I D-1.00 I D-2.00 I D-3.00 I D-4.00 I D-5.00 I D-6.00 I D-6.01 COVERSHEET AMENITY FINISH SCHEDULE AMENITY FINISH SCHEDULE AMENITY FINISH SCHEDULE AMENITY DECORATIVE LIGHTING SCHEDULE AMENITY APPLIANCE SCHEDULE UNIT FINISH SCHEDULE UNIT DECORATIVE LIGHTING SCHEDULE UNITAPPLIANCE SCHEDULE FLOOR PLAN FINISH PLAN RCP ENLARGEDPLANS FURNITURE/ELECTRICAL PLAN INTERIOR ELEVATIONS INTERIOR ELEVATIONS Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas (oaio�izs) 3 OS/07/2025 09/04/2025 Issue ForConstruction Set8.7.20Z5 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 2 08/072025 2 07/24/2025 2 07/24/2025 1 07/24/2025 1 07/24/2025 2 07/24R025 2 07/24/2025 2 07R4/2025 2 07/24/2025 2 07242025 2 07/24/2025 2 07/24/2025 2 07/24/2025 2 0724/2025 2 07R4/2025 2 07/24/2025 2 07/24/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 ( 08/07/2 5 ) 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue For Construction Set 8.7.2025 (08/0725) 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue For Construction Set 8.7.2025 (08/0725) 08/13/2025 Issue For Construction Set 8.7.2025 ( 08/07/2 5 ) 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue For Construction Set 8.7.2025 (08/0725) OS/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) OS/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 08/13/2025 Issue ForConstruction Set8.7.2025 (08/0725) 08/13/2025 Issue For Construction Set 8.7.2025 Page 10 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC ID-6.02 I D-6.03 I D-6.04 I D-7.00 I D-7.01 I D-7.02 I D-7.03 L 0.00 L 1.00 L 1.01 L 1.02 L 1.10 L 1.11 L 1.12 L 1.13 L1.14 L 1.15 L 1.16 L 1.17 A L 1.17 B L 1.17 C INTERIOR ELEVATIONS INTERIOR ELEVATIONS INTERIOR ELEVATIONS INTERIOR DETAILS INTERIOR DETAILS INTERIOR DETAILS INTERIOR DETAILS COVERSHEET AMENITY SCHEDULE AND OVERALL PLAN ACCESSIBILITY NOTES HARDSCAPENOTES HARDSCAPEPLAN HARDSCAPEPLAN HARDSCAPEPLAN HARDSCAPEPLAN HARDSCAPEPLAN HARDSCAPEPLAN HARDSCAPEPLAN POOLHARDSCAPEPLAN POOL LAYOUT PLAN POOL GRADING PLAN Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas (oaio�izs) 2 07/24/2025 08/13/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 2 07/24/2025 08/13R025 Issue For Construction Set 8.7.2025 (08/07/25) 2 07/24/2025 08/13/2025 Issue ForConstruction Set8.7.2025 (08/07/25) 2 07/24/2025 08/13/2025 Issue For Construction Set 8.7.2025 ( 08/072 5 ) 2 07/24R025 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 2 07/24/2025 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 1 07/24/2025 08/13/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 O8/07R025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 3 08/07R025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/072025 09/04/20Z5 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 3 08/07/2025 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 11 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC L 1.20 L 1.21 L 1.22 L 1.23 L1.24 L1.25 L 1.26 L 1.27 L 2.00 L 2.01 L 2.02 L 2.03 L 2.04 L 2.10 L 2.11 L 2.12 L 2.13 L 2.14 L 2.15 L 2.16 L 2.17 LI-001 LI-100 HARDSCAPE DETAILS HARDSCAPE DETAILS HARDSCAPE DETAILS HARDSCAPE DETAILS HARDSCAPE DETAILS HARDSCAPE DETAILS HARDSCAPE DETAILS HARDSCAPE DETAILS LANDSCAPENOTES LANDSCAPENOTES LANDSCAPENOTES PLANTSCHEDULE PLANTING DETAILS LANDSCAPEPLAN LANDSCAPEPLAN LANDSCAPEPLAN LANDSCAPEPLAN LANDSCAPEPLAN LANDSCAPEPLAN LANDSCAPEPLAN POOLLANDSCAPEPLAN IRRIGATION NOTES AND LEGEND OVERALL IRRIGATION PLAN 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07R025 3 OS/07/2025 3 08/07/2025 3 08/07/2025 2 O8/07/2025 4 08/07R025 4 08/07/2025 4 08/07/2025 4 08/07/2025 4 08/072025 4 08/07/2025 4 08/07/2025 4 08/07/2025 4 08/07/2025 4 08/07/2025 4 08/07/2025 4 08/07/2025 4 08/07/2025 2 08/07R025 2 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/042025 Issue For Construction Set 8.7.2025 (08/07R5) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 ( 08/07/2 5 ) 09/04/2025 Issue For Construction Set 8.7.2025 Page 12 of2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC LI-101 LI-102 LI-103 LI-104 LI-105 LI-106 LI-501 LI-502 LI-503 M-1.0 M-1.1 M-2.0 M-2.1 M-3.0 M-3.1 M-3.2 M-4.0 M-4.1 M-5 M P-1.0 MP-1.1 IRRIGATION PLAN IRRIGATION PLAN IRRIGATION PLAN IRRIGATION PLAN IRRIGATION PLAN IRRIGATION PLAN IRRIGATION DETAILS IRRIGATION DETAILS IRRIGATION DETAILS MECHANICAL COVER SHEET MECHANICAL COVER SHEET MECHANICAL SUPPLY PLAN - CLUBHOUSE MECHANICAL FRESH AIR, EXHAUST & RETURN PLAN - CLUBHOUSE MECHANICAL PLAN - UNITS MECHANICAL PLAN - UNITS MECHANICAL PLAN - UNITS MECHANICAL DETAILS MECHANICAL DETAILS MECHANICAL SPECIFICATIONS MECHANICAL/ PLUMBING PLAN - BUILDING TYPE I MECHANICAL / PLUMBING PLAN - BUILDING TYPE I& NOTES 2 OS/07/2025 2 08/07/2025 2 08/07/2025 2 O8/07/2025 2 08/07R025 2 08/07/2025 2 08/07/2025 2 08/07/2025 2 08/072025 3 08/07/2025 3 08/07/2025 2 08/07/2025 2 08/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas (oaio�izs) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 ( 08/072 5 ) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 13 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC M P-2.0 M P-2.1 M P-2.2 M P-3.0 M P-3.1 M P-4.0 M P-4.1 M P-5.0 M P-5.1 M P-6.0 M P-6.1 M P-7.0 M P-7.1 MPE-1.0 MPE-1.1 MPE-1.2 M PE-2 M PE-3.0 M PE-3.1 M PE-4.0 M PE-4.1 P-1 MECHANICAL/ PLUMBING PLAN - BUILDING TYPE II MECHANICAL/ PLUMBING PLAN - BUILDING TYPE II MECHANICAUPLUMBING PLAN - BUILDING TYPE II MECHANICAL / PLUMBING PLAN - BUILDING TYPE III MECHANICAL / PLUMBING PLAN - BUILDING TYPE III MECHANICAL/ PLUMBING PLAN - BUILDING TYPE IV MECHANICAL/ PLUMBING PLAN - BUILDING TYPE IV MECHANICAL/ PLUMBING PLAN - BUILDING TYPE V MECHANICAL/ PLUMBING PLAN - BUILDING TYPE V MECHANICAL/PLUMBING - BUILDING TYPE VI MECHANICAL / PLUMBING PLAN - BUILDING TYPE VI MECHANICAL / PLUMBING PLAN - BUILDING TYPE VII MECHANICAL/ PLUMBING PLAN - BUILDING TYPE VII SITE UTILITY PLAN SITE ILLUMINATION PLAN EV CHARGER, PROPANE GAS & LANDSCAPE COORD PLAN SITE UTILITY DETAILS & NOTES AMENITY BUILDING PLANS & DETAILS AMENITY BUILDING PLANS, RISER DIAGRAMS, & DETAILS ROOF PLAN - BUILDING TYPE I ROOF PLAN - BUILDING TYPE II PLUMBING COVER SHEET 3 08/07/2025 3 08/07/2025 3 O8/07/2025 3 08/07R025 3 08/07/2025 2 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 2 08/07/2025 2 08/07/2025 3 08/072025 3 08/07/2025 3 � 08/0 72 0 2 5 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 14 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC P-2 P-3.0 P-3.1 P-3.2 P-4 P-5.0 P-5.1 P-6.0 P-6.1 P-7.0 P-7.1 P-7.2 P-8.0 P-8.1 P-9 SO-1 50-2 SO-3 SO-4 Sl-0 Sl-1 51-1A PLUMBING PLAN - CLUBHOUSE PLUMBING PLAN - UNITS PLUMBING PLAN - UNITS PLUMBING PLAN - UNITS PLUMBING - DETAILS SEWER RISERS SEWER RISERS WATER SUPPLY RISERS - BUILDINGS WATER SUPPLY RISERS - BUILDINGS HOT & COLD RISERS - UNITS HOT & COLD RISERS - UNITS HOT & COLD RISERS - UNITS HOT & COLD SUPPLY RISERS - CLUBHOUSE SANITARY SEWER RISERS - CLUBHOUSE PLUMBING SPECIFICATIONS STRUCTURAL SPECIFICATIONS STRUCTURALSCHEDULES SHEARWALL SECTIONS & DETAILS EXTERIOR WALL CLIP & STRAP DETAILS BUILDING TYPE I- SLAB FORMING PLAN BUILDING TYPE I- FOUNDATION PLAN BUILDING TYPE I- BUILDING 4 FOUNDATION PLAN 3 08/07/2025 3 08/07/2025 3 08/07/2025 2 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07R025 3 08/07/2025 2 08/07/2025 2 08/07/2025 2 08/072025 2 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 2 08/072025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07R5) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 15 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC Sl-2 51-3 51-4 52-0 52-OA 52-1 52-1A 52-2 52-3 52-4 53-0 53-1 53-2 53-3 53-4 54-0 54-OA 54-1 54-1A 54-2 54-3 54-4 SS-0 BUILDING TYPE I- 2ND FLOOR FRAMING & 15T FLOOR BRACING PLAN BUILDING TYPE I- 3RD FLOOR FRAMING & 2ND FLOOR BRACING PLAN BUILDING TYPE I- ROOF FRAMING & 3RD FLOOR BRACING PLAN BUILDING TYPE II - SLAB FORMING PLAN BUILDING TYPE II - SLAB FORMING PLAN BUILDING TYPE II - FOUNDATION PLAN BUILDING TYPE II FOUNDATION PLAN BUILDING TYPE II 2ND FLOOR FRAMING & 15T FLOOR BRACING PLAN BUILDING TYPE II 3RD FLOOR FRAMING & 2ND FLOOR BRACING PLAN BUILDING TYPE II ROOF FRAMING & 3RD FLOOR BRACING PLAN BUILDING TYPE III - SLAB FORMING PLAN BUILDING TYPE III - FOUNDATION PLAN BUILDING TYPE III 2ND FLOOR FRAMING & 15T FLOOR BRACING PLAN BUILDING TYPE III 3RD FLOOR FRAMING & 2ND FLOOR BRACING PLAN BUILDING TYPE III ROOF FRAMING & 3RD FLOOR BRACING PLAN BUILDING TYPE IV -A- SLAB FORMING PLAN BUILDING TYPE IV - B- SLAB FORMING PLAN BUILDING TYPE IV -A- FOUNDATION PLAN BUILDING TYPE IV - B- FOUNDATION PLAN BUILDING TYPE IV - 2ND FLOOR FRAMING & 15T FLOOR BRACING PLAN BUILDING TYPE IV - 3RD FLOOR FRAMING & 2ND FLOOR BRACING PLAN BUILDING TYPE IV - ROOF FRAMING & 3RD FLOOR BRACING PLAN BUILDING TYPE V- SLAB FORMING PLAN 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 2 08/07/2025 3 08/07/2025 2 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 Page 16 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 55-1 SS-2 55-3 55-4 56-0 56-1 56-2 56-3 56-4 57-0 57-1 57-2 57-3 57-4 58-0 58-1 58-2 59-1 59-2 59-3 SDl-1 SDl-2 BUILDING TYPE V- FOUNDATION PLAN BUILDING TYPE V- 2ND FLOOR FRAMING & 15T FLOOR BRACING PLAN BUILDING TYPE V- 3RD FLOOR FRAMING & 2ND FLOOR BRACING BUILDING TYPE V- ROOF FRAMING & 3RD FLOOR BRACING PLAN BUILDING TYPE VI - SLAB FORMING PLAN BUILDING TYPE VI - FOUNDATION PLAN BUILDING TYPE VI - 2ND FLOOR FRAMING & 15T FLOOR BRACING PLAN BUILDING TYPE VI - 3RD FLOOR FRAMING & 2ND FLOOR BRACING PLAN BUILDING TYPE VI - ROOF FRAMING & 3RD FLOOR BRACING PLAN BUILDING TYPE VII - SLAB FORMING PLAN BUILDING TYPE VII - FOUNDATION PLAN BUILDING TYPE VII - 2ND FLOOR FRAMING & 15T FLOOR BRACING PLAN BUILDING TYPE VII - 3RD FLOOR FRAMING & 2ND FLOOR BRACING PLAN BUILDING TYPE VII - ROOF FRAMING & 3RD FLOOR BRACING PLAN CLUBHOUSE-SLABFORMINGPLAN CLUBHOUSE-FOUNDATIONPLAN CLUBHOUSE-ROOFFRAMINGPLAN DETACHED GARAGE - FOUNDATION & FRAMING DETACHED GARAGE - FOUNDATION & FRAMING DETACHED GARAGE - FOUNDATION & FRAMING FOUNDATION SECTIONS & DETAILS FOUNDATION SECTIONS & DETAILS 3 OS/07/2025 3 08/07/2025 3 08/07/2025 3 O8/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/07/2025 3 08/072025 3 08/07/2025 3 08/072025 3 08/07/2025 2 08/072025 3 08/07/2025 3 08/072025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas (oaio�izs) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 ( 08/072 5 ) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/20Z5 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 1] of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC S D 1-3 5 D 1-4 SD2-1 SD2-2 SD3-1 SU-1 SU-2 SU-3 1OF10 20F10 30F10 40F10 SOF10 60F10 70F10 SOF10 90F10 10 OF 10 1 OF 77 2 0F 77 3 0F 77 FOUNDATION SECTIONS & DETAILS FOUNDATION SECTIONS & DETAILS FRAMING SECTIONS & DETAILS FRAMING SECTIONS AND DETAILS ROOF FRAMING SECTIONS & DETAILS UNIT FRAMING PLAN UNIT FRAMING PLAN UNIT FRAMING PLAN COVER GENERALNOTES GENERALNOTES FINAL PLAT FINAL PLAT OVERALL WATERLAYOUT WATER LINE WP-1 PLAN & PROFILE STA 8+00 TO STA 15+00 WATER DETAILS WATER DETAILS INTERIM EROSION CONTROL PLAN COVER GENERAL NOTES GENERAL NOTES 3 08/07/2025 1 08/07/2025 3 08/07/2025 3 08/07R025 3 08/07/2025 3 08/07/2025 3 08/07/2025 3 08/07/2025 0 02/142025 0 02/14/2025 0 02/14/2025 0 08/16/2022 0 08/162022 0 02/14/2025 0 02/14/2025 0 02/14/2025 0 02/14/2025 0 02/14/2025 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07R5) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/08/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/14/25) 09/08/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/14/25) 09/08/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/1425) 09/OS/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/14/25) 09/OS/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/14/25) 09/08/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/14/25) 09/08/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/14/25) 09/OS/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/14/25) 09/08/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/1425) 09/08/2025 IPRC Water Meter - Stamped 2/14/ 2025 (02/14/25) IPRC Paving & Drainage - Stamped 0 12/20/2024 02/07/2025 12/20/2024 (12/20/24) IPRC Paving & Drainage-Stamped 0 12/20R024 02/07/2025 12/20/2024 (12/20/24) IPRC Paving & Drainage-Stamped 0 12/20/2024 02/07/2025 12/20/2024 (12/20/24) Page 18 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 4 0F 77 5 OF 77 6 0F 77 7 0F 77 8 0F 77 9 OF 77 l0 0F 77 11 0F 77 120F77 13 0F 77 14 0F 77 15 0F 77 16 0F 77 17 0F 77 18 0F 77 19 0F 77 20 OF 77 21 OF 77 22 OF 77 23 OF 77 24 OF 77 25 OF 77 26 OF 77 HORIZONTAL CONTROL PLAN HORIZONTAL CONTROL PLAN DEMOLITION PLAN DEMOLITION PLAN TYPICAL PAVEMENT SECTIONS ROADWAY PLAN & PROFILE STA 1+00 - STA 4+50 ROADWAY PLAN & PROFILE STA 4+50 - STA 9+00 ROADWAY PLAN & PROFILE STA 9+00 - STA 13+00 ROADWAY PLAN & PROFILE STA 13+00 - END PAVING DETAILS PAVING DETAILS PAVING DETAILS PAVING DETAILS EXISTING SIGNAL LAYOUT DEMO SIGNAL LAYOUT PROPOSED SIGNAL LAYOUT NORTHWESTCORNER DETAIL NORTHEAST CORNER DETAIL SOUTHEAST CORNER DETAIL SOUTH W EST CORNER DETAIL SIGNAL DESIGN CHARTS CHANNELASSIGNMENT SIGNING 0 08/16/2022 0 08/16/2022 0 12/20/2024 0 12/20R024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/202024 0 12/20/2024 0 12202024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12R0/2024 0 12/20/2024 0 12/202024 0 12/20/2024 0 12R0/2024 0 12/20/2024 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage-Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage-Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage- Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage-Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped Page 19 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 27 OF 77 28 OF 77 29 OF 77 30 OF 77 31 OF 77 32 OF 77 33 OF 77 34 OF 77 35 OF 77 36 OF 77 37 OF 77 38 OF 77 39 OF 77 40 OF 77 41 OF 77 42 OF 77 43 OF 77 44 OF 77 45 OF 77 46 OF 77 47 OF 77 48 OF 77 SIGNAL DETAILS SIGNAL DETAILS SIGNAL DETAILS EXISTING DRAINAGE AREA MAP INTERIM DRAINAGE AREA MAP ULTIMATE DRAINAGE AREA MAP HYDRAULIC CALCULATIONS PH 1 OVERALL STORM PLAN PH 1 OVERALL STORM PLAN STORM SEWER PROFILE - LINE ST-1 STORM SEWER PROFILE - FUTURE ST-1 (1+00 TO 8+00) STORM SEWER PROFILE - FUTURE ST-1 (8+00 TO END) STORM SEWER PROFILE - LINE ST-2 STORM PROFILE - ST-3 (STA 1+00 TO 7+00) STORM PROFILE - ST-3 STA 7+00 TO END STORM SEWER PROFILE - LATERLS STORM SEWER PROFILE - ST-4 STORM SEWER PROFILE - FUTURE ST-5 FUTURE POND PLAN BLUE MOUND RD CULVERT PLAN AND PROFILE BLUE MOUND CHANNEL SECTIONS BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC (1) - 14 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/20R024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12202024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 1220/2024 0 12R0/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12R0/2024 0 12/20/2024 0 12/202024 0 12/20/2024 0 12202024 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/2024) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) Page 20 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 49 OF 77 50 OF 77 51 0F 77 52 OF 77 53 OF 77 54 OF 77 55 OF 77 56 OF 77 57 OF 77 58 OF 77 59 OF 77 60 OF 77 61 OF 77 62 OF 77 63 OF 77 64 OF 77 65 OF 77 66 OF 77 67 OF 77 6S OF 77 69 OF 77 70 OF 77 71 OF 77 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES (4) - 14 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC (5) - 14 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (10) - 14 STORM DETAILS STORM DETAILS STORM DETAILS STORM DETAILS STORM DETAILS STORM DETAILS STORM DETAILS STORM DETAILS STORM DETAILS INTERIM EROSION CONTROL PLAN ULTIMATE EROSION CONTROL PLAN EROSION CONTROL DETAILS SIGNAGE & STRIPING PLAN SIGNAGE & STRIPING PLAN SIGNAGE & STRIPING PLAN PAVEMENT MARKING DETAILS STREET LIGHT PLAN - BLUE MOUND ROAD STREET LIGHT PLAN - BLUE MOUND ROAD STREET LIGHT PLAN - BONDS RANCH ROAD STREET LIGHT PLAN - BONDS RANCH ROAD 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/202024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/202024 0 12/20/2024 0 12202024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12/202024 0 12R0/2024 0 12/20/2024 0 12/20/2024 0 12/20/2024 0 12R0/2024 0 12/20/2024 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage-Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 1220/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage-Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage- Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage- Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped 12/20/2024 (12/20/24) 02/07/2025 IPRC Paving & Drainage - Stamped Page 21 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 72 OF 77 STREET LIGHT PLAN - BONDS RANCH ROAD 73 0F 77 COFW ILLUMINATION DETAILS 74 OF 77 STRUCTURAL NOTES AND DETAILS 75 OF 77 VAULT RISER DETAILS 76 OF 77 DROP STRUCTURE PLAN 77 OF 77 DROP STRUCTURE DETAILS • - - 1 OF 21 COVER SHEET 2 OF 21 GENERAL NOTES 3 OF 21 GENERAL NOTES 4 OF 21 HORIZONTAL CONTROL PLAN 5 OF 21 HORIZONTAL CONTROL PLAN 6 OF 21 OVERALL WATER LAYOUT 7 OF 21 WATER LINE WP-1/WP-lA PLAN & PROFILE STA 0+00 TO STA 8+00/0+00 TO 1+63 8 OF 21 WATER LINE WP-1 PLAN & PROFILE STA 8+00 TO STA 15+00 9 OF 21 WATER LINE WP-1 PLAN & PROFILE STA 8+00 TO STA 15+00 10 OF 21 OVERALL SEWER LAYOUT 11 OF 21 SEWER PLAN & PROFILE SSP-1 0-8 STA 0+00 TO STA 8+00 12 OF 21 SEWER PLAN & PROFILE SSP-1 8-16 STA 8+00 TO STA 16+00 13 OF 21 SEWER PLAN & PROFILE SSP-1 16-24 STA 16+00 TO STA 24+00 14 OF 21 SEWER PLAN & PROFILE SSP-1 24-26 STA 16+00 TO STA 24+00 15 OF 21 WATER DETAILS Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 12/20/2024 (12/20/24) IPRC Paving & Drainage - Stamped 0 12/20/2024 02/07/2025 12/20/2024 (12/20/24) IPRC Paving & Drainage - Stamped 0 12/20/2024 02/07/2025 1220/2024 (12/20/24) IPRC Paving & Drainage - Stamped 0 12/20/2024 02/07/2025 12/20/2024 (12/20/24) IPRC Paving & Drainage - Stamped 0 12/20/2024 02/07/2025 1220/2024 (12/20/24) IPRC Paving & Drainage - Stamped 0 12/20R024 02/07/2025 12/20/2024 (12/20/24) IPRC Paving & Drainage - Stamped 0 12/20/2024 02/07/2025 12/20/2024 (12/20/24) 0 08/14/2024 02/07/2025 IPRCWaterSewer-Stamped8/14/ 2024 (08/14/24) 0 08/14/2024 02/07/2025 IPRCWaterSewer-Stamped8/14/ 2024 (08/14/24) 0 08/142024 02/07/2025 IPRCWaterSewer-Stamped8/14/ 2024 (08/14/24) 0 08/16/2022 02/07/2025 IPRCWaterSewer-Stamped8/14/ 2024 (08/14/24) 0 08/16/2022 02/07/2025 IPRCWaterSewer-Stamped8/14/ 2024 (08/14/24) 0 08/14/2024 02/07/2025 IPRCWaterSewer-Stamped8/14/ 2024 (08/14/24) 0 11/12/2024 02/07/2025 IPRCWaterSewer-Stampedll/12/ 2024 (11/12/24) 0 11/12/2024 02/07/2025 IPRC Water Sewer - Stamped 11/12/ 2024(11/12/24) 0 11/12/2024 02/07/2025 IPRC Water Sewer - Stamped 11/12/ 2024(11/12/24) 0 08/142024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (08/14/24) 0 11/12/2024 02/07/2025 IPRCWaterSewer-Stampedll/12/ 2024 (11/12/24) 0 08/142024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (08/14/24) 0 08/14/2024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (08/14/24) 0 08/14/2024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (OS/14/24) 0 08/14/2024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (OS/14/24) Page 22 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 16 OF 21 WATER DETAILS 17 OF 21 WATER DETAILS 18 OF 21 SANITARY SEWER DETAILS 19 OF 21 SANITARY SEWER DETAILS 20 OF 21 SANITARY SEWER DETAILS 21 OF 21 SANITARY SEWER DETAILS 1 OF 73 COVER 2 OF 73 OVERALL LAYOUT 3 OF 73 PAVING PLAN 4 OF 73 PAVING PLAN 5 OF 73 PAVING PLAN 6 OF 70 PAVING MARKING PLAN 7 OF 73 PAVING MARKING PLAN 8 OF 73 PAVING MARKING PLAN 9 OF 73 PRE-DEVELOPMENT DRAINAGE AREA MAP 10 OF 73 POST-DEVELOPMENT DRAINAGE AREA MAP 11 OF 73 STORM PLAN AND PROFILE 12 OF 73 STORM PLAN AND PROFILE 13 OF 73 STORM PLAN AND PROFILE 14 OF 73 STORM CHANNEL CRO55 SECTIONS 1-6 15 OF 73 STORM CHANNEL CROSS SECTIONS 7-13 16 OF 73 HGL CALCULATIONS Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 0 08/14/2024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (08/14/24) 0 08/14/2024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (08/14/24) 0 08/14/2024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (08/14/24) 0 O8/14R024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (08/14/24) 0 08/14R024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (08/14/24) 0 08/14/2024 02/07/2025 IPRC Water Sewer - Stamped 8/14/ 2024 (08/1424) 0 03/20/2024 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/20/2024 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/20/�24 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/20/2024 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/20/�24 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/20/2024 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/20/�24 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/20/�24 02/07/2025 TxD Stamped - 3/20/2024 (0320/ 24) 0 03/20/ZOZ4 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/202024 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/20/�24 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03R0/�024 02/07/2025 TxD Stamped - 3/20/2024 (0320/ 24) 0 03/20/Z024 02/07/2025 TxD Stamped - 3/20/2024 (03R0/ 24) 0 03/20/�24 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03/20/2024 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) 0 03R0/�024 02/07/2025 TxD Stamped - 3/20/2024 (03/20/ 24) Page 23 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 17 OF 73 18 OF 73 19 OF 73 20 OF 73 21 OF 73 22 OF 73 23 OF 73 24 OF 73 25 OF 73 26 OF 73 27 OF 73 28 OF 73 29 OF 73 30 OF 73 31 OF 73 32 OF 73 33 OF 73 34 OF 73 35 OF 73 36 OF 73 37 OF 73 38 OF 73 39 OF 73 GRADING PLAN GRADING PLAN GRADING PLAN GRADING PLAN TYPICAL STANDARD PAVEMENT MARKINGS PM (1)-22 POSITION GUIDANCE USING RAISED MARKERS RELECTORIZED PROFILE MARKINGS PM (2)-22 TYPICAL SIGN REQUIREMENTS TYPICAL SIGN REQUIREMENTS TRAFFIC CONTROL PLAN CONVENTIONAL ROAD SHOULDER WORKTCP (1-1) - 18 TRAFFIC CONTROL PLAN ONE-LANE TWO-WAYTRAFFIC CONTROL TCP (1-2) - 18 TRAFFIC CONTROL PLAN TRAFFIC SHIFTS ON TWO LANE ROADS TCP (1-3) - 18 TRAFFIC CONTROL PLAN LANE CLOSURES ON DIVIDED HIGHWAYS TCP (2-6) - 18 TRAFFIC CONTROL PLAN CONVENTIONAL ROAD SHOULDER WORK TCP (2-1) - 18 TRAFFIC CONTROL PLAN ONE-LANE TWO-WAYTRAFFIC CONTROL TCP (2-2) - 18 TRAFFIC CONTROL PLAN TRAFFIC SHIFTS ON TWO-LANE ROADS TCP (2-3) - 23 TRAFFIC CONTROL PLAN LONG TERM ONE-LANE TWO-WAY CONTROL TCP (2-8) - 23 TRAFFIC CONTROL PLAN MOBILE OPERATIONS UNDIVIDED HIGHWAYS TCP (3-1) - 13 TRAFFIC CONTROL PLAN MOBILE OPERATIONS RAISED PAVEMENT MARKER INSTALLATION/REMOVALTCP (3-3) - 14 TRAFFIC CONTROL PLAN SEAL COAT OPERATIONS ONE-LANE TWO-WAY TCP (SGl) - 22 WORKSHEET FOR EDGE CONDITION TREATMENTTYPES TRAFFIC SIGNAL WORK BARRICADES AND SIGNS WZ (BTS-2) - 13 CONCRETE CURB AND CURB AND GUTTER CCCG-22 CONCRETE PAVING DETAILS JOINT SEALS JS-14 0 03/20/2024 0 03/20/2024 0 03/20/2024 0 03/20R024 0 12/Ol/2022 0 12/Ol/2022 0 07/Ol/2013 0 07/Ol/2013 0 02/O1R018 0 02/O1/2018 0 02/012018 0 02/O1/2018 0 02/012018 0 02/Ol/2018 0 04/Ol/2023 0 04/Ol/2023 0 07/012013 0 07/Ol/2014 0 10/O1/2022 0 08/O1/2001 0 07/O1/2013 0 06/O1/2022 0 12/O1/2014 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03R0/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/202024 (0320/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03R0/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ Page 24 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 40 OF 73 41 OF 73 42 OF 73 43 OF 73 44 OF 73 45 OF 73 46 OF 73 47 OF 73 48 OF 73 49 OF 73 50 OF 73 51 OF 73 52 OF 73 53 OF 73 54 OF 73 55 OF 73 56 OF 73 57 OF 73 58 OF 73 59 OF 73 60 OF 73 61 OF 73 CONCRETE DRIVEWAY DETAILS CCD (FTW) CONCRETE PAVEMENTTIES TO EXISTING PAVEMENT CP-TEP (FTW) SAFETY END TREATMENT SETP-PD BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC (1) - 21 PRECAST SAFETY END TREATMENT TYPE II — PARALLEL DRAINAGE PSET-SP BARRICADE AND CONSTRUCTION PROJECT LIMIT BC (2) - 21 BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC (3) - 21 BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC (4) - 21 BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC (5) - 21 BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC (6) - 21 BARRICADE AND CONSTRUCTION ARROW PANEL. REFLECTORS, WARNING LICHTS & ATTENUATOR BC (7) - 21 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (S) - 21 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (9) - 21 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (10) - 21 BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC (11) - 21 BARRICADE AND CONSTRUCTION PAVEMENT MARKING PA7TERN5 BC (12) - 21 WORK ZONE SHORTTERM PAVEMENT MARKINGS WZ(STPM)-23 TRAFFIC SIGNAL WORKTYPICAL DETAILS WZ (BTS-1) - 13 TEMPORARY RUMBLE STRIPS WZ (RS) - 22 TRAFFIC CONTROL PLAN TYPICAL DETAILS WZ (TD) - 17 PRECASTAREAZONE DRAIN PAZD PRECAST BASE PB 0 11/Ol/2020 0 11/Ol/2020 0 02/Ol/2020 0 O5/Ol/2021 0 12/Ol/2021 0 OS/Ol/2021 0 OS/012021 0 OS/Ol/2021 0 O5/012021 0 OS/Ol/2021 0 OS/Ol/2021 0 OS/Ol/2021 0 O5/012021 0 OS/Ol/2021 0 OS/O1/2021 0 OS/O1/2021 0 02/O1/2023 0 07/O1/2013 0 Ol/O1/2022 0 02/O1/2017 0 02/O1/2020 0 02/O1/20Z0 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas za) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03R0/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/20Z5 TxDOT Stamped - 320/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03R0/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/202024 (0320/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03R0/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20R024 (0320/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03R0/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) Page 25 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 62 OF 73 63 OF 73 64 OF 73 65 OF 73 66 OF 73 67 OF 73 68 OF 73 69 OF 73 70 OF 73 71 OF 73 72 OF 73 73 OF 73 1 7 9 10 18 19 20 21 22 23 PRECASTJUNCTION BOX PJB PRECAST SLAB LID PSL PRECAST SLAB SLID PSL TEMPORARY EROSION, SEDIMENTAND WATER POLLUTION CONTROL MEASURES ROCK FILLER DAMS EC (2) - 16 TEMPORARY EROSION. SEDIMENT AND WATER POLLUTION CONTROL MEASURES CONSTRUCTIONS EXITS EC (3) - 16 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES ROCK FILLER DAMS EC (2) - 16 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES CONSTRUCTION EXITS EC (3) - 16 SEDIMENTAND WATER POLLUTION CONTROL MEASURES DIKES (EARTHWORK FOR EROSION CONTROL EC (4) - 16 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES EROSION CONTROL LOG EC (9) - 16 MISCELLANEOUS DRAINAGE DETAILS MISCELLANEOUS DRAINAGE DETAILS MISCELLANEOUS DRAINAGE DETAILS COVER DEMOLITION PLAN TYPICAL PAVEMENT SECTIONS ROADWAY PLAN & PROFILE STA 1+00 - STA 4+50 EXISITING SIGNAL LAYOUT DEMO SIGNAL LAYOUT PROPOSED SIGNAL LAYOUT NORTHWESTCORNER DETAIL NORTHEAST CORNER DETAIL SOUTHEAST CORNER DETAIL 0 02/Ol/2020 0 02/Ol/2020 0 02/Ol/2020 0 07/O1R016 0 07/Ol/2016 0 07/Ol/2016 0 07/012016 0 07/O1/2016 0 07/Ol/2016 0 07/Ol/2022 0 07/012022 0 07/Ol/2022 0 09/012024 0 08/06/2024 0 08/06R024 0 08/06/2024 0 08/06/2024 0 08/06/2024 0 08/06/2024 0 08/06/2024 0 08/06/2024 0 08/062024 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (0320/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03R0/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 02/07/2025 TxDOT Stamped - 3/20/2024 (03/20/ 24) 09/04/2025 Issue For Construction Set 5.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 5.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 26 of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 24 25 26 27 28 29 30 31 32 33 44 46 59 68 69 70 72 73 SOUTHWEST CORNER DETAIL SIGNAL DESIGN CHARTS CHANNELASSIGNMENT SIGNING SIGNAL DETAILS SIGNAL DETAILS SIGNAL DETAILS EXISTING DRAINAGE AREA MAP INTERIM DRAINAGE AREA MAP ULTIMATE DRAINAGE AREA MAP STORM SEWER PROFILE - ST-4 BLUE MOUND RD CULVERT PLAN AND PROFILE STORM DETAILS STREET LIGHT PLAN - BLUE MOUND ROAD STREET LIGHT PLAN - BLUE MOUND ROAD STREET LIGHT PLAN - BONDS RANCH ROAD STREET LIGHT PLAN - BONDS RANCH ROAD COFW ILLUMINATION DETAILS 0 08/06/2024 0 08/06/2024 0 08/06/2024 0 08/06R024 0 OS/06/2024 0 08/06/2024 0 08/06/2024 0 O8/06/2024 0 08/06R024 0 08/06/2024 0 08/06/2024 0 08/06/2024 0 08/062024 0 08/06/2024 0 08/06/2024 0 08/06/2024 0 08/06/2024 0 08/06/2024 Printed on Tue Sep 9, 2025 at 10:47 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/042025 Issue For Construction Set 8.7.2025 (08/07R5) 09/04/2025 Issue For Construction Set 8.7.20Z5 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (OS/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue ForConstruction Set8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/0725) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) 09/04/2025 Issue For Construction Set 8.7.2025 (08/07/25) Page 2] of 2] Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC Current Specifications 00 - Procurement and Contracting Requirements 000000 CoverSheet 000001 Project Manual 000110 Table of Contents 003132 Geotechnical Data 007000 General Conditions 008000 Supplementary Conditions Ol - General Requirements 011000 Summary 012000 Price and Payment Procedures 012100 Allowances 012200 Unit Prices 012300 Alternates 013000 Administrative Requirements 013216 Construction Progress Schedule 014000 Quality Requirements 014100 Regulatory Requirements 014216 Definitions 015000 Temporary Facilities and Controls 015300 Mold Prevention Measures 015713 Temporary Erosion and Sediment Control 016000 Product Requirements 017000 Execution and Closeout Requirements 017800 Closeout5ubmittals 017900 DemonstrationandTraining 03 - Concrete 033050 Sheet Vapor Barrier 033536 ClearConcreteSealer 035210 Hard Rock Concrete Topping 035400 Cast Underlayment 04 - Masonry 042000 I Unit Masonry O5 - Metals 1 1 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 IZ Page 1 of 3 08/07/25 08/07/25 08/07/25 OS/07/25 08/07/25 08/07/25 08/07/25 08/07/25 OS/07/25 08/07/25 08/07/25 08/07/25 OS/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 Printed on Fri Sep 5, 2025 at 11:26 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8J.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8J.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 055000 Metal Fabrications 055100 MetalStairs 055213 Pipe and Tube Railings O6 - Wood, Plastics, and Composites 061001 Rough Carpentry 061750 Plate Connected Wood Trusses 062000 Finish Carpentry 066400 Glass Fiber Reinforced Plastic 07 - Thermal and Moisture Protection 072100 Thermallnsulation 072126 Blown Insulation 072500 Weather Barriers - Sheet 073110 Asphalt Shingles 074113 Metal Roof Panels 074160 Preformed Metal Awnings 074646 Fiber Cement Siding and Soffits 075400 Thermoplastic Membrane Roofing 076200 Sheet Metal Flashing and Trim 076210 Flexible Flashing 077100 Roof Specialties 077200 Roof Accessories 077210 Roof Accessories - Steep Slope 078400 Firestopping 079005 Joint Sealers 08 - Openings 081113 Hollow Metal Doors and Frames 081413 Preassembled Wood Door and Frame Units 081550 Insulated Steel Doors and Frame Units 083100 Access Doors and Panels 083610 Metal Sectional Overhead Doors 084313 Aluminum-Framed Storefronts 085313 Vinyl Windows and Doors 087100 Door Hardware 088000 Glazing 088300 Mirrors 09 - Finishes 092116 I Gypsum Board Assemblies 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 IZ Page 2 of 3 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 OS/07/25 OS/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 OS/07/25 OS/0725 OS/07/25 OS/07/25 08/07/25 08/07/25 08/07/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 Printed on Fri Sep 5, 2025 at 11:26 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8J.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8J.2025 IFC Set 8.7.2025 IFC Set 8J.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 Docusign Envelope ID: 12473863-DFD8-4548-6B20-3138FBA053CA �,�BLRCKLAHD Blackland Partners, LLC 093000 Tiling 096500 Resilient Flooring 096800 Carpeting 099000 Painting and Coating 10 - Specialties 101400 Signage 102330 Wall Vents and Louvers 102800 Toilet, Bath, and Laundry Accessories 104400 Fire Protection Specialties 105523 Mail Boxes 105623 Wire Storage Shelving 107323 Prefabricated Carport Canopies 109900 Miscellaneous Specialties 11 - Equipment 113100 Residential Appliances 114530 Retractable Stairs 12 - Furnishings 122114 HorizontalLouverBlinds-Aluminum 123530 Residential Casework 123600 Countertops 31-Earthwork 311000 Site Clearing 312000 Earthwork 313116 Termite Control 32 - Exterior Improvements 321713 Precast Concrete Site Accessories 321723 Painted Pavement Markings 323130 Welded Metal Gates 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 Page 3 of 3 08/07/25 08/07/25 08/07/25 08/0725 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 OS/07/25 O8/07/25 OS/07/25 08/07/25 08/07/25 08/07/25 08/07/25 08/07/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 09/04/25 Printed on Fri Sep 5, 2025 at 11:26 am CDT Bonds Ranch - MF (Phase 1) Fort Worth, Texas IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8J.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 IFC Set 8.7.2025 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA � BLACKLAHD PARTNERS Bonds Multi-Familv Phase I Date: Location: 8/26/2025 Fort Worth, Texas Code Description � � � - I 03 30 00 03 30 00 03 30 00 � �� IPRC Paving & Drainage Sidewalks IPRC Paving& Drainage Concrete Paving IPRC Paving & Drainage Light Pole Bases Unit IUnitCost � � - ) 1 LS $ 98,443.00 $ 1 LS $ 376,187.00 $ 1 LS $ 20,000.00 $ � � ) Months: Units: NetSF: 25.5 396 330,552 Budget Budget/Unit Budget/SF � � � � � � � � � � � � � � � � � � � � � � 1 � 1 � � � � � � � � � � � � � � � � � � � � �� � � � � � � � � � � � � � 98,443 $ 248.59 $ 0.30 376,187 $ 949.97 $ 1.14 20,000 $ 50.51 $ 0.06 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� � � � �� � � � � � � � � �� � � � � � � � � �� � � � �� � � � � � � � � � � � � � � � � � � �� � � � �� � � � � � � � � � � � � � � � � � � � - � - � � � � � - � � � � � � � Printetl 8/27/2025 10:44AM 1 of 7 BUDGET-COMBINED Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Code � �Description � � � 1 1 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� � � � �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �-� � -� � � � � � � � � � � � � � � � � � � � � � Unit �UnitCost � Budget � Budget/Unit � Budget/SF $ � - � � � � � � � - � � � � � � � � � �� � � � � � � � � � � � � - � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � - � � � � � � � � � � � Printed 8/27/2025 10:44 AM 2 of 7 Bonds Ranch - IFP Budget OAL Integrated- 8.8.2025.x1sm � � - � � � � � � � � - � � � � � � � � - � � � � � � � � ti � • � • � • � Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Code Description Quantity Unit UnitCost Budget Budget/Unit Budget/SF $ � � - � � 1 � - � � � � � � � � ,_ _ ,_ _ � � T' � � _, � � � � � � � � 1 � 1 � � � � � � _ ,� , _, _. _ _, _. _ _, _. _ �. �. _ _, _. _ _, _. _ _, _. _ _, _. _ _ _, _. _ _, _. _ _, _. _ _, _. _ _, _. _ _, _. _ _, _. _ _, _. _ �. _. _ _, _. _ _, _. _ _ , ,� , _, _. _ _, _. _ _, _. _ _, �, _ _, _. _ _, _. _ -r -r - , ,� � �� �� � Printed 8/27/2025 10:44 AM 3 of 7 Bonds Ranch - IFP Budget OAL Integrated- 8.8.2025.x1sm Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Code Description Quantity Unit UnitCost �� I� � � � � � �� � � � �� � �� � � � $ � � Budget Budget/Unit Budget/SF � � - � � � - � - � � � � � � � � � � �� � �� � � � � � � � 1 � 1 1 � � � � � � � � � � � � � � � � 1 � 1 � � � 1 � 1 � � � 1 � � � � � � 1 � � 1 1 � 1 � � � � � � ti �J 1 � � � � � i �� � � �� �ti � � � � � 1 � 1 � � � � � �1 � � � � � � � � � � � � � �� � � � � � � � � ■� ■� � �27/2025 10:44 AM 4 of 7 Bonds Ranch - IFP Budget OAL Integrated- 8.8.2025.x1sm Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Code � �Description � � � �� I � �� � Unit UnitCost Budget $ � � - ) � � � �� �- � � � � � � � � � � � � � � � � � � � � - � � � � � � � � � � � � � � � J 1 � 1 �� ■ ■� ■� 1 Budget/Unit Budget/SF � � � � � � � � � � � � � � � � � � � � � � 1 � 1 � � 1 � 1 �� � � � � Printed 8/27/2025 10:44 AM 5 of 7 Bonds Ranch - IFP Budget OAL Integrated- 8.8.2025.x1sm Docusign Envelope I �: 12473863-DFD8-4548-BB20-3138FBA053CA Code Description Quantity Unit UnitCost � � � � � IPRC Paving & Drainage Street Lighting & Traffic Signal 26 50 00 Improvements � — � � � � � — —� �� I � I� � � �� 3120 00 � � 3120 00 � � 3120 00 � � — � 32 30 00 � IPRC Paving & Drainage Excavation and Fill IPRC Paving & Drainage Backfill Curb & Gutter IPRC Paving & Drainage Lime stabilization IPRC Pavement Markings and Signage Budget Budget/Unit Budget/SF � � — � � � � 1 � 1 � � 1 � 1 � � � � � � � � � � 195,079 $ 492.62 $ 0.59 � � � � � � � � � � � � � � � � � � � � � � � � � � � — � � � � � � � � � � � — � � � � — � � � � � � � � � �� � J � � � � � ti � J � I � � � � � � � � � � � � � � 1 LS $ 246,963.00 $ � � � � 1 LS $ 20,000.00 $ 1 LS $ 39,107.00 $ �� � ) 1�LS $ 58,299.00 $ � � � � � � � � � � � � � �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �9 246,963 $ 623.64 $ 0.75 � � � � � � � � � � 20,000 $ 50.51 $ 0.06 � � � � � � � � � � 39,107 $ 98.76 $ 0.12 �-� � -� � � � � � � 58,299 $ 147.22 $ 0.18 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Printed 8/27/2025 10:44 AM s of 7 Bonds Ranch - IFP Budget OAL Integrated- 8.82025.x1sm Docusign Envelope I �: 12473863-DFD8-4548-BB20-3138FBA053CA �� � � 3310 00 IPRC Offsite Water Utilities 3310 00 Express CFA Water Meter � — � � � 3310 00 IPRC Offsite Sewer Utilities � 3310 00 IPRC Storm Utilities � � � � � � � — —� � � � � Quantity �Unit UnitCost 1 LS 1 LS 11LS 11LS ti � J Budget Budget/Unit Budget/SF � � — � � � � � � � � � � � � �� � � � � � � � � � � 1 � 1 � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1 � � � � � � � � L� � � � � � � � � � � 487,439.64 $ 487,440 $ 1,230.91 $ 1.47 37,989.47 $ 37,989 $ 95.93 $ 0.11 � � � � � — � � � � � � — � � � � � � 712,560.36 $ 712,560 $ 1,799.39 $ 2.16 — � � � � � � 956,918.00 $ 956,918 $ 2,416.46 $ 2.89 � � � � � � � � � � � � � � — � � � � � � � � � � � � � � � � � � � � � � � � � � 1 — � — � � � � � — �� � 1 — � — � � Printed 8/27/2025 10:44 AM 7 of 7 Bonds Ranch - IFP Budget OAL Integrated- 8.8.2025.x1sm Docusign Envelope ID: 12473863-DFD8-4548-B620-3138FBA053CA BR2024�i � W6511 - Contract WB541 -Turn 1 (Leasing) WB551 - Turn 2(BLDG 2 Type1 39 units) WB561 - Turn 3(BLDG 3 Type 2 42 units) WB571 - Turn 4(BLDG 4 Type 1 39 units) WB581 - Turn 5(BLDG 14 Type 3 30 units) WB591 - Turn 6(BLDG 5 Type 3 30 units) WBS101 - Turn 7(BLDG 6 Type 4 24 units) WB5111 - Turn 8(BLDG 7 Type 5 36 units) WBS121 - Turn 9(BLDG 8 Type 6 24 units) WB5131 - Turn 10 (BLDG 9 Type 4 24 units) WBS141 - Turn 11 (BLDG 10 Type 4 24 units) WB5151 - Turn 12 (BLDG 11 Type 4 24 units) WB5161 - Turn 13 (BLDG 12 Type 7 30 units) WB5171 - Turn 14 (BLDG 13 Type 7 30 units) W B521 - Forecast W B531 - Performance WBS2391 - Owner Responsibilities WBS2381 - Delay WBS2331 - Procurement WBS2341 - Off-Site Utilities WB52351 - On-Site Utilities WBS181 - Mobilization WBS191 - Site Work WBS21 - Off-Site Construction WB5201 - Excavation WB5211 - Storm Sewer WBS221 - Sanitary Sewer WB5231 - Water WBS241 - Dry Utility WB5251 - Paving WBS1961 - Plumbing Undergrounds 222 - SOG WBS261 - Vertical Construction 13 - Clubhouse W65811 - Building 2- Type I- 39 Units 2 - Framing 3 - Rough - Ins BLACKLbNU PhRTNEF.S Bonds Ranch - 09/29/25 NTP 2025 2026 2027 2028 Planned Q3I Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Duration Start Finish S+OINI�I � IFIMIAIMI� I� IAISIoINI�I � IFIMI/+IMI� I� I/+ISIoINI�I � I FIMI/+IMI� I� I/+ISI BR2024Phasel - Bonds Ranch - NTP 09/29/2C 245d 01-Dec-26 18-Nov-27 WB51 - Milestones 245d 01-Dec-26 I 18-Nov-27 WBS11-Contract Od 01-Deo-26 01-Deo-26 � WBS41 - Turn 1(Leasing) Od 07-Deo-26 07-Deo-26 +WBS51 - Turn 2(BLDG 2 Type139 units) Od 18-Dec-26 18-Dec-26 +WB561 - Turn 3(BLDG 3 Type 2 42 units) Od 26-Jan-27 26-Jan-27 +WBS71 - Turn 4(BLDG 4 Type 1 39 units) Od 22-Feb-27 22-Feb-27 i WB581 - Turn 5(BLDG 14 Type 3 30 units) Od 22-Mar-27 22-Mar-27 +WB591 - Turn 6(BLDG 5 Type 3 30 units) Od 20-Apr-27 20-Apr-27 +WB5101 - Turn 7(BLDG 6 Type 4 24 units) Od 26-May-27 26-May-27 +WBS111 - Turn S(BLDG 7 Type 5 36 units) Od 18-]un-27 18-Jun-27 +W65121 - Tum 9(BLDG 8 Type 6 24 units) Od 20-Ju1-27 20-Ju1-27 � WB5131 - Turn 10 (BLDG 9 Type 4 24 units) Od 18-Aug-27 18-Aug-27 +W65141 - Turn 11(BLDG 10 Type 4 24 units) Od 17-Sep-27 17-Sep-27 i WBS151 - Turn 12 (BLDG 11 Type 424 units) Od 25-0ct-27 25-Oct-27 +WBS161 - Turn 13 (BLDG 12 Type 7 30 units) Od 1S-Nov-27 18-Nov-27 i WB5171 - Turn 14 (BLDG 13 Type 7 30 units) � — — 1d I 29-Sep-25 29-Sep-25 —yyg52391 - Owner Responsibilities 30d11 29-Sep-25 07-Nov-25 Wg52331- Procurement 30d 29-Sep-25 07-Nov-25 Wg52341 - Off-Site Utilities 30d 2g-Sep-25 � 07-Nov-25 Wg52351 - On-Site Utilities 16d I 29-Sep-25 I 20-0ct-25 WgS181 - Mobilization 268d 29-Sep-25 19-Oct-26 WB5191 - Site Work 268d 29-Sep-25 19-0ct-26 � WBS21 - Off-Site Construction 44d 20-Oct-25 02-Jan-26 � yyg5201-Excavation 66d 04-Deo-25 24-Mar-26 . W65211 - Storm Sewer 71d 18-Nov-25 16-Mar-26 . WBS221 - Sanitary Sewer 71d 19-Deo-25 02-Apr-26 WB5231-Water 10d 16-Jan-26 30-Jan-26 A Wg5241 - Dry Utility 52d 04-Mar-26 28-May-26 � y�/gS251 - Paving 115d 01-Deo-25 09-Jun-26 WBS1961 - Plumbing Undergrounds 127d 16-Jan-26 15-]u1-26 222-SOG 405d 16-Apr-26 1S-Nov-27 . WB5261 - Vertical Construction 160d 16-Apr-26 01-Deo-26 13-Clubhouse 161d I_ 21-Apr-26 07-Deo-26 WBS811 - Building 2- Type I- 39 Units 36d 21-Apr-26 19-Jun-26 � 2_ Framing 62d 27-Apr-26 23-Ju1-26 � 3- Rough - Ins 0 Current � Milestones � Progress �1 Summary _ �IITICd� Docusign Envelope ID: 12473863-DFD8-4548-B620-3138FBA053CA Name 9 - Interior Finishes 15 - Turnover 8 - Extenors WB5721 - Building 3- Type II - 42 Units WBS811-1 - Building 4- Type I- 39 Units 1.10-12-1 - Building 14 - Type III - 30 Units 1.10-12 - Building 5- Type III - 30 Units WB5771 - Building 6- Type IV - 24 Units W BSS 11-1-1 - Building 7- Type V- 36 Units WB5771-1 - Building 8- Type Vl - 24 Units WBS771-1-1 - Building 9- Type VI - 24 Units WBS771-1-1-1 - Building 10 - Type VI - 24 Units WB5771-1-1-1-1 - Building 11 - Type VI - 24 Units WBS811-1-1-1 - Building 12 - Type Vll - 30 Units WB5721-1 - Buildine 13 - Tvoe II - 30 Units Planned Duration 81d 10d 66d Start 15-Ju1-26 19-Nov-26 OS-]un-26 154d 13-May-26 155d 15-]un-26 153d 14-Ju1-26 161d 30-Ju1-26 170d 17-Aug-26 184d 02-Sep-26 186d 23-Sep-26 195d 09-0ct-26 202d 29-Oct-26 211d 16-Nov-26 224d 07-Deo-26 230d 23-Dec-26 Bonds Ranch - 09/29/25 NTP 2025 2026 2027 2028 Q3 Q4 I Q7 I Q2 I Q3 I Q4 I Q7 I Q2 I Q3 I Q4 I Q1 I Q2 I Q3 Finish S O�N�D J�F�M A�M�J J�A�S O�N�D J�F�M A�M�J J�A�S O�N�D J�F�M A�M�J J�A�S� 06-Nov-26 9 - Interior Finishes 07-Dec-26 � 15 - Turnover 09-Sep-26 � g _ Exteriors 18-Dec-26 WB5721 - Building 3- Type II - 42 Units 26-Jan-27 WB5811-1 - Building 4- Type I- 39 Units 22-Feb-27 1.10-12-1 - Building 14 - Type III - 30 Units 22-Mar-27 1.10-12 - Building 5- Type III - 30 Units 20-Apr-27 . WB5771 - Building 6- Type N- 24 Units 26-May-27 WBS811-1-1 - Building 7- Type V- 36 Units 18-Jun-27 WB5771-1 - Building 8- Type VI - 24 Units 20Ju1-27 . WB5771-1-1 - Building 9- Type VI - 24 Units �$-Aug-2� . W65771-1-1-1 - Building 10 - Type VI - 24 Units 17-Sep-27 W65771-1-1-1-1 - Building 11 - Type VI - 24 Units 25-Oct-27 . W65811-1-1-1 - Building 12 - Type VII - 30 Units 18-Nov-27 WRC771_1 _ R� �ildinF 13 - T�ma II - 30 Units 0 Current � Milestones B L� C K L b N � � Progress �1 Summary PhRTNEF.S _ �IITICd� Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLAH� PAR7NER5 Bonds MF Phase I QUALIFICATIONS & CLARIFICATIONS Standard Qualifications: 1. Excludes General Contractor payment & performance bonds and builder's risk insurance. 2. Includes General Liability insurance & sub-contractor default insurance. 3. Excludes plan check and permit fees; those fees paid for by Blackland Partners for plan checks and permits shall be reimbursed by Owner. Permits for the following trades have been included: carports, awnings, irrigation, swimming pools, fire sprinkler, plumbing, HVAC, and electrical. All other permits are excluded. 4. Excludes fees and/or costs generated by building department, telephone/cable providers, fire department, water department, health department, city, utility companies, municipalities, and government agencies. 5. Assumes soil testing, special testing, special inspection, deputy field wielding inspection, ERRC testing, and third-party energy testing will be paid for by Owner. 6. Bid assumes owner provided materials, fixtures, and FF&E will be delivered to jobsite on the date set forth in the construction schedule such that the critical path of construction is not impacted. Blackland Partners will not be responsible or assume any penalties for an Owner provided subcontractor delay in schedule, deficiencies, faulty workmanship, and missing scope. All such penalties associated with Owner provided subcontractor will be the responsible of Owner. 7. Construction is based on a 542 working day duration working regular hours 7:00 am — 3:00 pm Monday through Friday. Construction schedule reflects releasing utility structures within the first week from NTP, delays to this release will result in day for day delays. 8. Blackland Partners has allocated 25 weather days per year. 9. Notice to Proceed will not be effective and Blackland Partners will not commence construction until Owner has provided Blackland Partners with all plans, authorizations, and permits necessary to commence the full scope of work. 10. If requested, evidence of project funding or financing is to be provided to and accepted by Blackland Partners prior to final contract. 11. Excludes removal of contaminated materials, hazardous materials, lead, mold, mildew, or fungus. 12. Excludes third party certified air balance and indoor air quality testing or monitoring. 13. Excludes commissioning of Mechanical, Plumbing, and Electrical systems. 14. Assumes all building ID signage and monument sign lettering to be provided by Owner. 15. Contract budget reflects current drawings and specifications with the additional trade specific qualifications and clarifications listed below. The Owner acknowledges that any accepted Owner Adjustment Log (OAL) items are a rough order of magnitude until the drawings and specifications have been updated to reflect these changes. 16. Retaining walls have been priced in accordance to deferred engineered drawings. Any comments or design changes caused by building authorities or design consultants may result in an added cost. 17. Blackland Partners assumes all costs, design, and coordination associated with permanent power shall be provided by Owner. Blackland Partners shall be compensated for all costs arising out of delays due to the establishment of permanent power. Blackland Partners shall place permanent pg. 1 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLAH� PAR7NER5 Bonds MF Phase I power utility bills in Owner's name per request. If payments are unable to be paid from Blackland Partners to utility company due to the Owner's entity being on the account, Blackland Partners to provide deductive change orders for agreed upon power bill split as necessary. If Blackland's name need to be on the utility bills, Owner to pay all transfer fees. 18. This proposal assumes that temporary electric service will be available for Blackland Partner's use during construction. Blackland Partners has not included any cost associated with supplying temporary power and shall be compensated for all costs if required. 19. Manufacturer's standard warranties are included along with Blackland Partner's one year labor and materials warranty. No extended warranties are included unless explicitly specified below. 20. Unless otherwise noted, no attic stock has been included. 21. It is assumed that any COMcheck or "GREEN" building governing agency requirements have been implemented in all drawings, plans, and specifications. Any added costs associated with plans not matching COMcheck or "GREEN" building governing agency requirements are assumed to be absorbed by Owner. 22. Blackland Partners has included products that are manufactured assembled domestically and internationally to meet inspection standards by AHJ as applicable. 23. Blackland Partners will install all finishes to enable the most efficient phasing of construction, excluding the need to fully condition the building before commencement of finishes to the extent possible while maintaining product warranties, and any other schedule-altering specifications. 24. In the event of a conflict between the terms of any Contract Document and of these qualifications and clarifications, the terms of these qualifications and clarifications shall control in all respects, even if the conflicting language contains a more stringent requirement. 25. The following Project Manual sections excluded from the Contract Documents: 003132 Geotechnical Data, 008000 Supplementary Conditions, 011000 Summary, 012000 Price and Payment Procedures, 012100 Allowances, 012200 Unit Prices, 012300 Alternates, 013000 Administrative Requirements, and 013216 Construction Progress Schedule. Project Manual Section 017000 — Execution and Closeout Requirements is agreed by Owner to be revised as attached hereto and incorporated herein as Exhibit E.1. 26. This proposal will hold until October 3, 2025. A project team will be assembled and ready to mobilize by the defined date, which is the date defined per the contract. Owner agrees to cover personnel costs and any other costs associated with a delay in start date. 27. Blackland Partners has provided pricing based on the following set of documents: ■ Archon-Architectural plans dated August 7, 2025 ■ Innovative Structural Consultants-Structural Engineer plans dated August 7, 2025 ■ Power Systems-MEP Engineer plans dated August 7, 2025 ■ Westwood-Civil Engineer plans dated August 7, 2025 ■ Westwood- Civil Engineer IPRC Paving & Drainage plans dated 12/20/2024 ■ Westwood- Civil Engineer IPRC Water & Sewer plans dated 8/14/2024 ■ Westwood- Civil Engineer TXDOT plans dated 3/20/2024 ■ Westwood — Civil Engineer TXDOT Drainage and Streetlight plans dated 8/6/2024 ■ Westwood—Civil Engineer IPRC Water Meter plans dated 2/14/2025 ■ Norris Design-Landscape Architect plans dated August 7, 2025 ■ Ellie Aiello-Interior Design plans dated July 24, 2025 pg. 2 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLAH� PAR7NER5 Bonds MF Phase I ■ Intertek psi-Geotechnical Engineers report # 03422544 ■ Oncor Distribution Plan dated 6/24/2025 28. Blackland Partners acknowledges the receipt of the additional document pages: ■ Architectural Specifications dated April 28, 2023 ■ HPI Approved — RFI DFW MF1 Responses received October 25, 2023 ■ Westwood approved Civil markup dated 6.26.2025 02 — Existing Conditions 1. Excludes removal of hazardous materials located on site. 2. Excludes relocation of underground dry utilities unless shown in drawings. Relocation of existing overhead power is excluded. 3. Includes TXDOT work at Blue Mound Road and Bonds Ranch Road. 03 — Concrete 1. Geo-Tech report gives an option to use 1 additional inch in lieu of 1' of select fill under all concrete paving. Blackland Partners has bid the 1" thicker option for a total concrete pavement thickness of 8" at fire lanes & 6" at parking areas. 2. Includes Paving as hand placed, excludes slip form. 3. Includes approaches and all work associated with TXDOT. 4. Footing design for Landscape items are excluded. 03 — Lightweight Concrete 1. Includes 3/4" gyperete over 1/8" sound mat at elevated hard surface areas. 2. Includes 1%z" pea-gravel concrete with waterproofing at wet areas. Typical corridors to be smooth finish with clear sealer, while wet areas of the corridor noted in the plans to include broom finish. 3. Includes 60 mil waterproofing membrane at elevated balconies under 2" average thickness broom finish pea-gravel concrete. 4. Includes %" drain mats at balconies. 04— Masonry 1. Includes King-sized brick at $600/Thousand brick material allowance for brick #1 and allowance to ACME Allentown Velour at $750/Thousand for brick #2. 2. Includes primed/painted loose lintels, excludes galvanized lintels. 3. Includes colored mortar. 4. Excludes waterproofing admixture to masonry cement mortar. 5. Includes allowance for monument sign. 6. Excludes rainscreen behind brick masonry. 7. Excludes surface applied waterproofing. 8. Includes Standard Gray CMU Block at interior of Trash Enclosure. 05 — Steel pg. 3 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLAH� PAR7NER5 Bonds MF Phase I 1. Excludes AESS steel. 2. Excludes AISC certified erectors and fabricators, includes AWS standards and certifications only. 3. Includes building stairs using precast stair treads & closed risers. 4. Includes Vehicular entry gates, excludes passport commercial ornamental roll gate by Ameristar. 5. Includes 7 shop fabricated circle bike racks, excludes 686a Vroom Bicycle Rack. 6. Includes metal perimeter fence at 6' Masonry screen wall locations. 06 — Rough Carpentry 1. Excludes Radiant Barrier OSB at roof decks. 2. Hardie panels to be placed over commercial type-d Tyvek. 3. Soffit eves and balcony soffits to be Exterior Gyp. 07 — Insulation 1. Includes the following insulation values: ■ Exterior Walls — R19. ■ Tenant Separation (1 layer) — R13. ■ Full midfloor insulation (net & blow). ■ R-38 blown attic insulation. 2. OAL #19 & 20 Excludes insulation at unconditioned breezeways and stairs. 3. Excludes insulation at Attic over unconditioned areas. 4. Includes second stage polyseal. 07 — Roofing 1. OAL #3 Includes 60 mil mechanically fastened TPO behind parapet walls extending full height to top of wall. 2. Architectural shingles to be 40-year shingle placed over Maxfelt XT synthetic underlayment with the use of Atlas Weather-master flashing at eaves, hips, ridges, rakes, & headwall locations. 3. Includes Asphalt Shingle 50-year manufacturing warranty and 2-year workmanship warranty. 4. Includes 15 year leak/damage warranty on TPO roofing. 5. Includes 2 year warranty on Sheet Metal Flashing and Trim and Roof Accessories. 6. Includes S" OG gutter with 3" x 4" downspouts discharging onto splash blocks. 07 — Waterproofing 1. Building sealants for dissimilar surfaces, exterior doors, & windows, garage doors, edge flashings, & MEP penetrations thru walls are to be Silicone & backer-rod. 2. Joint sealants at paved areas to be "hot pour". 3. Includes 5 year warranty on urethan sealants and 20 yr warranty on silicone sealants. 08 — Doors, Trim & Hardware; Showers & Mirrors 1. Per OAL #35 Includes 1 x 6" FJ base in bathrooms, 1 x 6" MDF base throughout and 1"x 3" FJ door casings. 2. Includes 5 year warranty on Insulated Steel door and frame units. pg. 4 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLAH� PAR7NER5 Bonds MF Phase I 3. Unit mudrooms to be hand built by trim carpenter and painted. 4. Per OAL #36Unit Hardware to be BHP Menlo. 5. Per OAL #37 Unit bath accessories to include Taymor Asher in lieu of BHP Tiburon. 6. Per OAL #38 Unit tub rods to include BHP or Moen in lieu of Pamex. 7. Includes 2" custom entry level framed mirrors at units. 8. Includes 3/8" Semiframeless shower doors with 28" doors with satin nickel or chrome through glass handle. 08 — Windows 1. Includes Ply Gem 1500 series vinyl windows or equal in standard offered colors with STC 26 rating. 2. Includes 10-year manufacturer warranty for insulated glass. 08 — Storefront 1. Includes aluminum interior framed storefront per ID elevations, finish to be black, non-thermal framing, with %" single pane clear tempered glazing. 2. Includes aluminum exterior storefront, finish to be black thermally broken framing, with 1" overall clear low-E insulated glazing. 3. Includes 10-year warranty for seal failure, dusting or misting, including replacement of failed units. 08 — Overhead Doors 1. Includes Clopay non-insulated raised panel garage doors with %z hp chain driven door openers. 2. Does not include glass inserts or special wind loaded doors. 3. Garage door finish to be painted dark bronze. 09 — Drywall 1. OAL #15 Include Level 3 light texture finish at units. Includes Level 4 finish at Leasing and Amenity Building only. 2. Attic draft stops have not been included per RFI. 09 — Flooring 1. Includes scheme A and Scheme B split per HPI exhibit sent on 7/30/2025. 2. Includes shower/tub surrounds at 8' AFF of Daltile Trekker 12x24 white and gray. 3. Includes Unit Laminate floors to be Mohawk Adler Bridge — 8 mm with required underlayment. 4. Includes Trinity Surfaces Silva 3x6 backsplash tile in Sand and Dune. 5. OAL #29 Shower shelves to be as follows: Bathtub —1, Shower — 2, Shower with a bench — 0, Shower next to a tub - 1 09 — Paint 1. Includes wall coverings 1-5. pg. 5 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLAH� PAR7NER5 Bonds MF Phase I 2. Wallcoverings along exterior walls can potentially grow organic growth and unadhered from the wall. Blackland will install as directed, but will not warranty the installation. 3. Includes Apartment Grade flat paints; Painting Schedule included per the following: ■ Interior unit walls and ceilings & corridor walls and ceilings shall receive (1) coat primer and (1) coat of flat paint. Eggshell paint is excluded. ■ Trim, doors, and frames shall receive (1) coat primer and (1) coat semi-gloss latex paint. ■ Exterior wood to receive (1) coat acrylic exterior latex flat paint to coverage. ■ Door hinges to be painted throughout, except at clubhouse. ■ Ceilings and wall to be painted with same color per I.D. ■ Excludes garage door painting. ■ Excludes ProMar 400 paint, apartment grade as noted. 4. Includes painting garage doors. 10—Awnings & Metal Panel 1. Canopies as shown to be "Helios" canopy by Architectural Fabrications with 4" x 12" gutter fascia. 2. Awnings to be 1' tub steel with powder coat finish. 3. Standing seam metal Kynar color to be determined, price includes standard colors. 4. Includes fabric shades at dog park and Pickle Ball Court. 10 — Specialties 1. Fireplaces in leasing center to be: Napoleon Clearion 60" See Through Electric Fireplace. 2. Includes additional fireplace costs to upgrade to Napoleon Clearion 72" See Through Electric Fireplace. 3. Excludes Golf Simulator, to be by owner. 4. Excludes fire extinguishers at units. 5. Bath hardware to be Taymor Asher. Shower rod to be Moen or BHP. 6. Includes standard cantilever single post carports. 7. Carports to have 8'2" clear from top of concrete to the bottom of the eave. 11—Appliances 1. Includes unit appliances per ID schedule using Whirlpool products. ■ WRT549SZDM or WRT134TFDM glass top freezer refrigerator with water dispenser. ■ WEE515SOLS front control range ■ WMMS3130RS microwave ■ WDF332PAMS dishwasher ■ GC1000PE 1/3HP disposer ■ WFW560CHW front load washing machine ■ WED560LHW long vent dryer 2. Excludes trash bins and compactors. 12 — Blinds & Shades 1. Includes 2" faux wood PVC blinds at units. pg. 6 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLAH� PAR7NER5 Bonds MF Phase I 2. Includes 3% manual roller shades at all exterior-facing window openings at amenity area. 12 — Casework 1. Includes Frameless Full Overlay thermofoil shaker casework with light rail. 2. Headknockers are included only at units that do not have a linen closet, excluded in bathrooms that do have a linen closet. 12 — Countertops 1. Includes 3cm quartz countertops in Kitchen & 2 cm at vanities/desks to match specified. 2. Sinks to match specified. 21— Fire Suppression 1. Includes code compliant NFPA 13R system with attic fire sprinkler. 2. Design Build system to include Residential wet system for the units, Corridor & Attic dry system, VS-1 flex head at balconies, NFPA 13 system at leasing center, & Knox caps required by the City of Fort Worth. 3. Excludes fire pump. 4. Excludes garage sprinkler. 22 — Plumbing 1. Includes fixtures as outlined in I.D. plans. 2. Sterling Ensemble for bathtubs. 3. Western Pottery 6832 for water closets. 4. Excludes booster pump. 5. Includes %" unit water sub-meters. 6. Includes gas tank and lines per Plumbing plans. Includes filling of tank at time of installation. Excludes service contract for use. 23 — HVAC 1. Includes Goodman (or equal) 14 Seer2 heat-pumps for units and common areas. Bid is based on using R32. 2. Excludes shafts or any accommodations for requirements associated with A2L refrigerant. 3. Condenser to be placed on ground & roof top per plan. 4. Bath fans to be Broan LP80 wall mounted. 5. Fresh air per plans to be Aprilaire 8126X. 26 — Electrical 1. Includes 2023 NEC. 2. Excludes conduits or conductors for site electrical distribution. 3. Includes aluminum SER's, excludes copper. pg. 7 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLAH� PAR7NER5 Bonds MF Phase I 4. OAL #12 Includes #14 NMB Cable for unit and building branch circuitry where allowed by code, #12 everywhere else. 5. Includes SER cables from meters to unit panels. 6. Light fixtures quoted as equal to fixture schedule in I.D. plans. 27 — Communications � 28 — Low Voltage 1. Includes unit prewire and soho boxes. 2. Includes voice/data wiring for amenity area. 3. Excludes amenity TV's —to be by Owner. 4. Includes code minimum system for fire detection and alarm. 5. Trenching and conduit to buildings for telecom and data are assumed to be provided and installed by communications provider selected by owner. Blackland Partners includes conduit runs from 5' outside the building to building IDF rooms. Provider to include all unit or common area drops to IDF homeruns and IDF to MDF backbone. Excludes homerun wiring and backbone. 6. Excludes ERRC prewire. 31— Earthwork 1. Site excavation is based on excavating pad to Structural plans requirement of PVM of 1" or less. 2. Excavations under paving to be 6" scarify, proof-roll and use 1" extra concrete in lieu of 12" of select fill. 3. Lime stabilization is excluded. 4. Includes grading site to +/- .10'. 5. Includes (1) temporary construction entrance. 6. Includes moisture conditioning of 7'. 7. Includes import & placement of common fill. 32 — Exterior Improvements 1. Retaining walls as mosaic sandstone. 2. Excludes vehicular pavers at parallel parking area at entrance. 3. Excludes square planters at pool courtyard. 4. Includes 4" topsoil import per city requirement S. Includes all dog park equipment noted within the plans. 6. Irrigation system is included as design build. 7. Excludes landscape replacement for plantings installed out of season. Blackland Partners to notify owner of planting seasonality prior. 8. Includes maintenance of landscaping until owner's acceptance of building/section. 9. Unidentified hardscape hatch within plans—assumed to be 1" River Rock. 33 — Site Utilities 1. Includes utilities associated with TXDOT Work. 2. Excludes site and irrigation water meters. IPRC Qualifications •: : Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLAH� PAR7NER5 Bonds MF Phase I 1. Includes CFA bond required for City of Ft. Worth public work. 2. Includes grading of flood plain to interim drainage map. 3. Includes Lime stabilization per plans. Please note that sulfates were found during the Geotech report for Phase 1& 3 which result in lime stabilization not being an option. 4. Includes asphalt at locations per markup provided by Westwood on 6/26/2025. 10. Includes hydromulch/winter rye mix at offsite locations disturbed during construction. 11. Includes temporary irrigation for offsite locations until the acceptance of said locations by the City of Ft. Worth. 12. Includes (3) rock-check dams. 13. Includes traffic control measures. pg. 9 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Exhibit E.1 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA 1.1 1.2 Bonds Ranch � Fort Worth, Texas Archon Project No. 22207 SECTION 017000 - EXECUTION AND CLOSEOUT REQUIREMENTS PART1-GENERAL 7 February 2025 Issue for Permit SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Pre-installation meetings. C. Cutting and patching. D. Surveying for laying out the work. E. Cleaning and protection. F. Starting of systems and equipment. G. Demonstration and instruction of Owner personnel. H. Closeout procedures, except payment procedures. I. General requirements for maintenance service. SUBMITTALS A. See Section 013000 - Administrative Requirements, for submittal procedures. B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey work. 1. On request, submit documentation verifying accuracy of survey work. 2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and locations of the work are in conformance with Contract Documents. 3. Submit surveys and survey logs for the project record. C. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. 6. Include in request: a. Identification of Project. b. Location and description of affected work. c. Necessity for cutting or alteration. d. Description of proposed work and products to be used. e. Effect on work of Owner or separate Contractor. f. Written permission of affected separate Contractor. g. Date and time work will be executed. D. Project Record Documents: Accurately record actual locations of capped and active utilities. 1.3 QUALIFICATIONS A. For survey work, employ a land surveyor registered in the State in which the Project is located and acceptable to Architect. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. B. For field engineering, employ a professional engineer of the discipline required for specific service on Project, licensed in the State in which the Project is located. C. For design of temporary shoring and bracing, employ a Professional Engineer experienced in design of this type of work and licensed in the State in which the Project is located. 1.4 PROJECT CONDITIONS A. Use of explosives is not permitted. B. Grade site to drain. Maintain excavations bv Contractor in its sole discretion, pumping equipment. C. Protect site from puddling or running water. reasonablv free of water.- Includina, if deemed necessary _Providin�ce, operatin�ce, and maintainin�c Provide water barriers as required to protect site from soil erosion. D. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. E. Dust Control: Execute work by commerciallv reasonable methods to minimize raisina excessive dust bevond amounts tvpicallv aenerated from construction operations. or,,.,�ao .,,,��+,,,y ,..�'�„� t�;� ti„r.,o �,, ,�+ fr„n, �,;�nor�,.,,, �.,+„ .,+n,,,�.,tioro �.,a „ .,a,�,.o.,+ ., or+„ F. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. 1. Minimize amount of bare soil exposed at one time. EXECUTION AND CLOSEOUT REQUIREMENTS 017000 - 1 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Bonds Ranch � Fort Worth, Texas Archon Project No. 22207 7 February 2025 Issue for Permit Provide temporary measures such as berms, dikes, and drains, to prevent water flow. EXECUTION AND CLOSEOUT REQUIREMENTS 017000 - 2 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Bonds Ranch � Fort Worth, Texas Archon Project No. 22207 28 April 2023 Issue for Permit 3. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. 4. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 5. Refer to Section 015713 for additional requirements. �. PJe+se S�ntr� P;3�;�'��,*;oa^�'s�,��,a�, �n� f„��;��+;,,� +„ ..,���;..,,�., r�e+se r,,,�,,,.,,,� h„ an�S;:t�i� „+�„ �� b. P�S� r,� o,,,�„r+ r�,.r+,-„i: o,-,-,.,�,�.. ..+h,..�6�;,C/Anl� �n,� f.,,.�i�+�„� +„ n+ „�+� r,� ,.+� s,-,,,�. .J.,w..,.-.�.�,.-. +hl, � ..rL �G. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, and water�d ^��from discharge of noxious, toxic substances, and pollutants produced by construction operations. Comply with federal, state, and local regulations. 1.5 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Notify affected utility companies and comply with their requirements. C. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. D. To the extent reauired bv � 3.2.2 of the AIA A201, Coordinate space requirements, supports, and installation of inechanical and electrical work that are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. E. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. F. Coordinate completion and clean-up of work of separate sections. G. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. PART2-PRODUCTS 2.1 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 016000. PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of site improvements, soil, utilities, and other construction indicated as existing are not guaranteed. �+.,r+ „f ���„r�. m .,+.,r,.,. „f „;�+��,. ,. n,�;+;,.�� gefore beginning work, investigate and verify the following: 1. Verify the existence and location of inechanical and electrical systems and other construction affecting the Work. 2. Verify the Iocation and points of connection of utility services and that they are of the correct characteristics, and in the correct locations. 3. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. 4. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. B. Examine and verify specific conditions described in individual specification sections. C. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over-ordering or misfabrication. D. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. EXECUTION AND CLOSEOUT REQUIREMENTS 017000 - 3 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Bonds Ranch � Fort Worth, Texas Archon Project No. 22207 28 April 2023 Issue for Permit 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 PREINSTALLATION MEETINGS A. When required in individual specification sections of if Contractor determined a need, convene a preinstallation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Architect four work days in advance of ineeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants, �^��+" +�^,^ ^^^�^c to Architect, Owner, participants, and those affected by decisions made. 3.4 TRAFFIC INTERRUPTION A. Provide a detailed plan of the construction traffic routes and temporary roads to be used to the Owner's representative for approval prior to starting any work. Notify Owner's representative one week in advance of any anticipated work affecting traffic flow. Provide all necessary traffic control devices and temporary signs to insure the safety of motorists and pedestrians. Coordinate with municipal traffic department requirements. 3.5 LAYING OUT THE WORK A. Portions of Work Indicated to Fit Other Construction: Verify dimension of other construction by filed measurements before fabrication,. Coordinate fabrication schedule with construction progress to avoid delaying the work. 1. Space Requirements: Verify space requirements and dimension of items shown diagrammatically on Drawings. 2. Review of Contract Documents and Field Conditions: Immediately upon discovery of then need for clarification of the contract Documents, submit a request for information to Architect. Include a detailed description of problem encountered together with recommendations for changing the Contract Documents. B. Verify locations of survey control points prior to starting work. C. Promptly notify Architect of any discrepancies discovered. D. Contractor shall locate and protect survey control and reference points. E. Control datum for survey is that established by Owner provided survey. F. Protect survey control points prior to starting site work; preserve permanent reference points during construction. G. Promptly report to Architect the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. H. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect. I. Utilize recognized engineering survey practices. J. Establish a minimum of two permanent bench marks on site, referenced to established control points. Record locations, with horizontal and vertical data, on project record documents. K. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading, fill and topsoil placement; utility locations, slopes, invert elevations, and items requested by Owner. 2. Grid or axis for structures. 3. Building foundation, column locations, and ground floor elevations. L. Periodically verify layouts by same means. M. Maintain a complete and accurate log of control and survey work as it progresses. 1. Record deviation form required lines and levels. Include: a. Beginning and ending dates and times. b. Weather conditions. c. Name and duty of each survey party member. d. Type of instruments and tapes used. 2. Create log and make available for reference by Architect. EXECUTION AND CLOSEOUT REQUIREMENTS 017000 - 4 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Bonds Ranch � Fort Worth, Texas 28 April 2023 Archon Project No. 22207 Issue for Permit N. On completion of foundation walls and major site improvements, prepare a certified survey illustrating dimensions, locations, angles, and elevations of construction and site work. 3.6 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.7 CUTTING AND PATCHING A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. 1. Repairing includes: a. Replacing defective parts b. Refinishing damaged surfaces c. Touching up with matching materials d. Properly adjusting operating equipment. B. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. C. Whenever possible, execute the work by methods that avoid cutting or patching. D. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of inechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Repair components that do not operate properly. 8. Remove samples of installed work for testing when requested. 9. Remove and replace operating components that cannot be repaired. 10. Remove and replace chipped, scratched, and broken glass and any other defective and non- conforming work. E. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. F. Employ original installer to perForm cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. G. Cut rigid materials using masonry saw, core drill or manufacturer's recommended cutting tool. Pneumatic tools not allowed without prior approval. H. Restore work with new products in accordance with requirements of Contract Documents. I. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. J. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 078400, to full thickness of the penetrated element. K. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture, and appearance. 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperFections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.8 PROGRESS CLEANING A. Dispose of materials lawfully. 1. Containerize hazardous and sanitary waste materials separately from other waste. 2. Mark containers appropriately and dispose of legally, according to regulations. B. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. C. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. D. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. EXECUTION AND CLOSEOUT REQUIREMENTS 017000 - 5 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Bonds Ranch � Fort Worth, Texas Archon Project No. 22207 28 April 2023 Issue for Permit E. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site. Burning or burying waste materials on-site is not permitted. Washing waste materials down sewers or into waterways is not permitted. F. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 3.9 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. Cor,,,,;,�„ +,,.,.,.,,,r.,r„ �,� r .,h�„ rr„+,,,.+;,,n f„r ;��+.,��,,,� .,.,,,�,,,.+� Control activity in immediate work area to prevent damage. D. �,-,,.,�,�„ ., „+,,,.+�,,,, ,. .,+,. .,n� ,.+�,.nn jur�w`�� �I�� .,,� �„fr�+� „f „ E. Kea� irv�t�Jl.�� �^�^r� ����^ Clean installed surfaces according to written instruction of manufacturer or fabricator of product installed. If specific cleanings materials are not recommended, use cleaning materials that are not hazardous to health or property, and that will not damage exposed surfaces. F. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, h., .,r„+,,,.+��,. ,.��h'-, �I+ii=.Jz,a r�c^�. G. . , 0 o.,a�+�,,.,� f„r .,r„+o�+�,,., fr,,.., ,.,�+or.,r,,,,f,.,,, „,,,,r,.,,, ..,,+a�i�l. r:�n�if� �e� H. Remove protective coverings when no longer needed; � ,^'^ ^'^c+�^ ^ c�f ^^cc�"'^ I. Comply with all manufacturers' written instruction for temperature and relative humidity. Refer to Division 01, Section 015300. 3.10 SYSTEM STARTUP A. Coordinate schedule for start-up of various equipment and systems. B. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions that may cause damage. C. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. D. Verify that wiring and support components for equipment are complete and tested. E. Execute start-up under supervision ^f ^^^o,--a�;;^^"�^ rant����� �c���„��I un� mar�if^^+�,r,,.�� r �+.,+,.,,, in accordance with manufacturers' instructions. F. Start equipment and operating components to confirm proper operation. Remove malfunctioning units and replace with new units. Test new units. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.11 DEMONSTRATION AND INSTRUCTION A. See Section 017900 - Demonstration and Training. 3.12 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.13 FINAL CLEANING A. Execute final cleaning prior to final project assessment. 1. Clean areas to be occupied by Owner prior to final completion before Owner occupancy. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. D. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment, including fire rated doors and frames. E. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. F. Clean filters of operating equipment. G. Clean debris from roofs, gutters, downspouts, and drainage systems. H. Clean site; sweep paved areas, rake clean landscaped surfaces. I. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury on site. '. C:��agc �n c��;�r,�.,,.,,,� �,,.,,.,�,,,� ,,.,+�r..,;.,.,+„r +c m,l'c a fi�l inc�.-r�+�,,., .,,� r�,� or„�,,,.+ „f r,,,�,,.,+� V n�+c nrl n+hnr ..nc+c Drn.�nrn -. l,r+ nnrl .� ..Irin +r, (1..�.�nr �.�I+h -e .�f �..nrrnr�+.. EXECUTION AND CLOSEOUT REQUIREMENTS 017000 - 6 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Bonds Ranch � Fort Worth, Texas Archon Project No. 22207 28 April 2023 Issue for Permit 3.14 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), identify the value of items on the list, and reasons why the Work is not complete. Include an expected date of completion. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents, operation and maintenance manuals, Final Completion construction photographs and photographic negatives, damage or settlement surveys, property surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel oi changeover in security provisions. 8. Complete startup testing of systems. 9. Submit test/adjusUbalance records, if any. 10. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 11. Advise Owner of changeover in heat and other utilities. 12. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 13. Complete final cleaning requirements, including touchup painting. 14. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. 3.15 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. 1. Provide copies to Architect and Owner. B. Accompany Architect on preliminary inspection to determine items to be listed for completion or correction in Contractor's Notice of Substantial Completion. C. Notify Architect when work is considered ready for Substantial Completion and ArchitecYs review. D. Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Architect's review. E. Correct items of work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner-occupied areas. F. Notify Architect when work is considered finally complete. G. Complete items of work determined by ArchitecYs final inspection. 3.16 MAINTENANCE A. Provide service and maintenance of components indicated in specification sections. B. Maintenance Period: As indicated in � 12.2.2.1 of the AIA A201 �^ c^�f;^�+,,,., �o,.+;,,.,� ;f .,,,+ ;.,a;,.�+oa ,,+ i,,�� +h-,., ,, r fr,,.., +h,, n�+„ ,.f Cuk�t�n`i��l r'^ .,i,,+�,,., ,„-+h„ i,,.,,.+�, ..f +h., � ,.�f�,,,� ,. .,+„ �.�hinhl,.�nr ic Il,nnnr C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION EXECUTION AND CLOSEOUT REQUIREMENTS 017000 - 7 Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA Exhibit H Supplemental Conditions / Community Facilities Agreement Terms (offsite work) Contractor acknowledges and agrees that Owner has entered into separate Standard Communities Facilities Agreement, CFA Numbers: Water & Sewer (CFA24-0122); Paving & Drainage (CFA24- 0187); and Water Meter (CFA25-0082) for City Project Number 105049� IPRC23-0122 ("CFA") with the City of Fort Worth together with an Escrow Agreement ("Escrow Agreement") between Owner, the City of Fort Worth and Heritage Title Company of Austin. In connection with the CFA and Escrow Agreement, Owner is required to incorporate certain terms and conditions into the construction contract with the Contractor. Contractor agrees that these terms are hereby incorporated into that AIA A102 — 2017 Standard Form of Agreement between Owner and Contractor dated September 02, 2025, together with the AIA A201 — 2017 General Conditions of the Contract for Construction (collectively the "Construction Contract"). In the event of a conflict between the terms of these Supplemental Conditions and the Construction Contract, the terms of these Supplemental Conditions shall control, but only to the extent that such terms conflict with terms in the Construction Contract, and in all respects the terms of this Exhibit H shall only apply to that portion of the Work which is required under the CFA. The terms of these Supplemental Conditions shall not apply to any Work required under the Construction Contract which is not also required by one of the aforementioned CFAs. 1. Owner or its aff'iliate may contract for the sale of land to a party ("Purchaser") that will benefit from the Project, as the term is defined in the CFA, which Purchaser may be substituted as the "Developer" in the CFA in place of HPIMF Bonds Land MF1 DFW005 LP upon satisfaction of the conditions contained in Section 36 of the CFA, in which event "Developer" shall mean Purchaser. 2. The Community Facilities Agreements Ordinance, Chapter 9 of the City of Fort Worth, Texas City Code, Ordinance No. 23656-OS-2019 ("CFA Ordinance"), as amended, is incorporated into the Construction Contract by reference, as if it was fully set out herein. Contractor agrees to comply with all provisions of the CFA Ordinance in the performance of Contractor's duties and obligations pursuant to the Construction Contract and to cause all contractors and subcontractors hired by Contractor to comply with the CFA Ordinance in connection with the performance of the Improvements (as defined in the CFA). Far purposes of this Exhibit H, the term "Work" shall include the "Improvements" as defined in the CFA. 3. Contractor agrees to cause the construction of the Work contemplated by the CFA and that said construction shall be completed in a good and workmanlike manner and in accordance with all City standards and specifications, the Engineering Plans, the Cost Estimates provided for the Improvements (as those terms are defined in the CFA), and the Construction Contract. Contractor acknowledges that City will not accept the Improvements until the City receives affidavits and lien releases signed by Contractor verifying that Contractor, and all subcontractors and material suppliers, have been paid in full for constructing the Improvements, and consent of the surety on payment and performance bonds provided for the Improvements. Owner acknowledges that City acceptance of Improvements cannot be a condition precedent to Contractor's receipt of Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA payment if the City requires receipt of final unconditional lien releases on final payment for all Work required under the Construction Contract. 4. Contractor shall complete construction of the Improvements within two (2) years of the effective date of the CFA ("Term"). All Extension of the Contract Time shall be agreed to in writing by the City and the Owner as set forth in a written amendment to the CFA. In no event shall the Term of this Agreement plus any Extension Periods be for more than three years. 5. Contractor agrees to construct all Improvements in accordance with the CFA Ordinance. 6. Contractor represents that Contractor satisfies the requirements of the City to construct the Improvements including, but not limited, to being prequalified, insured, licensed and bonded to construct the Improvements in the City. 7. Payment and Performance Bonds. Contractor shall provide, or shall cause its subcontractors to provide, the City with payment and perfarmance bonds naming the City and the Owner as dual obligees, in the amount of one hundred percent (100%) of the cost of the Improvements as required by the CFA Ordinance. The payment and performance bonds shall guarantee construction of the Improvements and payment of all subcontractors and material suppliers. Contractor shall provide the City with a maintenance bond naming the City as an obligee, in the amount of one hundred percent (100%) of the cost of the Improvements, that guarantees correction of defects in materials and workmanship for the Improvements by the contractor and surety for a period of two (2) years after completion and final acceptance of the Improvements by the City. For the purpose of these bonds, the "Improvements" means only that portion of the Work required by the CFAs, and shall not be construed to mean the entire GMP of the Construction Contract. One Hundred Percent (100%) of the cost of the Im rovements, at the time these Su lemental Conditions are �si ned, is � � � � All bonds must be provided to the City before construction begins and must meet the requirements of the City's Standard Conditions, Chapter 2253 of the Texas Government Code, and the Texas Insurance Code. 8. Insurance. Contractor shall provide the City with insurance equal to or in excess of the amounts required by the City's standard specifications and contract documents for developer-awarded infrastructure construction contracts. The City must be named as an additional insured on all insurance policies. Contractor must provide the Owner and the City with a Certificate of Insurance (ACORD ar form approved by the State of Texas), supplied by each contractor's insurance provider, which shall be made a part of the Proj ect Manual. 9. Contractor shall not begin construction of the Improvements until a pre-construction meeting has been held with the City's inspectors and a notice to proceed to construction has been issued by the City. Contractor agrees that construction of the Improvements shall be subject to inspection at any and all times by the City's inspectors. Contractor shall not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector is present and gives consent to proceed, and to allow such laboratary tests as may be required by the City. Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA 10. Contractor shall not commence construction of the Improvements until a notice to proceed with construction has been issued by the City. 1 l. Contractor shall not connect buildings to service lines of sewer and water mains constructed pursuant to the CFA, if any, until said sewer, water mains and service lines have been completed to the satisfaction of the City. If additional work beyond what is expressly required by the Contract Documents is deemed necessary to complete the sewer, water mains, or service lines to the satisfaction of the City, and such additional Work is not due to the negligence or fault of Contractor, Subcontractors, Sub-subcontractors, and suppliers, then Contractor shall be entitled to a Change Order for the excess cost and time impacts of such additional work. 12. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHATSOEVER, WHETHER REAL OR ASSERTED, BROUGHT FOR OR ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS OR PROPERTY, INCLUDING DEATH, RESULTING FROM, OR IN ANY WAY CONNECTED WITH, THE CONSTRUCTION OF THE IMPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOT SUCH INJ[.TRIES, DEATH OR DAMAGES ARE CAUSED,IN WHOLE OR 1N PART, BY THE ALLEGED NEGLIGENCE OF THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. CONTRACTORS SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES SUFFERED BY THE CITY OR CAUSED AS A RESULT OF CONTRACTOR'S FAILURE TO COMPLETE THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND WORKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND IN ACCORDANCE WITH ALL PLANS AND SPECIFICATIONS. 13. Upon final completion of the Improvements, Contractar agrees that the Owner shall assign to the City a non-exclusive right the right to enforce the contract between Owner and Contractor, and Contractor shall assign all warranties given, whether express or implied, to the City of Fort Worth, provided that Owner shall have the exclusive right to enforce such contracts and warranties for the purpose of achieving the City's acceptance of the Improvements. Contractor agrees that the City is an express third-party bene�ciary of the Construction Contract and shall have the right to enforce the Construction Contract. 14. Audit. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under the Construction Contract, have access to and the right to eXamine any directly pertinent books, documents, papers and records of Contractor relating to the CFAs, involving transactions to the Construction Contract as they relate to the CFAs, and further, that City shall have access during normal working hours to all of the Contractor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Contractor reasonable advance notice of intended audits. 15. This Agreement shall be construed under and in accordance with Texas law. Venue shall be in the state courts located in Tarrant County, Texas ar the United States District Court for the Northern District of Texas, Fort Worth Division. Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA 16. Prohibition on Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company with 10 or more full-time employees that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. To the extent that Chapter 2271 of the Government Code is applicable to this Construction Contract, by signing this Construction Contract, Contractor certifies that: (1) Contractor does not boycott Israel; and (2) Contractor will not boycott Israel during the term of the Construction Contract. 17. Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meanings ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Construction Contract, by signing this Construction Contract, Contractor certifies: (1) Contractor does not boycott energy companies; and (2) Contractar will not boycott energy companies during the term of the Construction Contract. 18. Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code the City is prohibited from entering into a contract far goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, ar directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity ar firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to the Construction Contract, by signing this Construction Contract, Contractar certifies: (1) Contractor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) Contractor will not discriminate against a firearm entity ar firearm trade association during the term of the Construction Contract. 19. Immigration and Nafionality Act. Contractor's obligations under this § 19 shall be satisfied by verifying the eligibility of its own employees. Contractor shall verify the identity and employment eligibility of its own employees who perform work under this Agreement, including completing the Employment Eligibility Veriiication Form (I-9). Upon request by Owner or City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each of its employees who perform work under the Construction Contract as it relates to the CFA. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be perfarmed by any of Contractor's employees who are not legally eligible Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA to perform such services. CONTRACTOR SHALL INDEMNIFY THE OWNER AND THE CITY AND HOLD THEM HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO THE EXTENT SUCH PENALTIES, LIABILITIES, OR LOSSES ARE CAUSED BY CONTRACTOR'S FAILURE TO PERFORM ITEMS (A) OR (B) IN THIS PARAGRAPH 19. Contractor acknowledges and agrees that the City or the Owner, upon written notice, shall have the right to immediately terminate the Construction Contract for violations of this provision by Contractor. 20. Section 36 of the CFA sets out the conditions under which a Purchaser may be substituted as the "Developer" in the CFA in place of HPIMF Bonds Land MF1 DFW005 LP ("HPIMF"). Contractor acknowledges that if the conditions as set out in Section 36 of the CFA are satisfied, then: a. Purchaser shall have the right, but not the obligation: (i) to undertake HPIMF's obligations to construct the Improvements; and (ii) if applicable, to cure any breach of HPIMF under this Agreement (the "Takeover Rights"). b. The Contractor agrees that the Owner, or the City as third-party beneficiary, may assign the Construction Contract, or the subcontracts between Contractor and its subcontractors related to the Improvements described in the CFA, to a third-party Purchaser, subject to the terms of Section 36 of the CFA. c. The Contractor shall execute all documents and consents reasonably required to facilitate any such Takeover, assignment, or assumption. Docusign Envelope ID: 12473863-DFD8-4548-BB20-3138FBA053CA �,�BLACKLANO Bonds Ranch MF EXHIBIT "I" - RETAININGAE EXCEPTIONS & EXCLUSIONS / EARLY RELEASE OF RETAINAGE Items Not Subject to Retainage 1. Material only purchase agreements (ie. Appliances, windows, light fixtures, etc.) 2. Construction material (lumber, plumbing pipe, casework, fixtures, etc.) 3. Electrical Switchgear 4. Contractor's General Conditions, Permits, Fees, and Insurance Costs Below are the trade categories that shall have their retainage released in full no sooner than 60 days after completing their work but priar to the final completion of the project. 1. Sitework 2. Wet Utilities 3. Dry Utilities 4. Site Retaining Walls 5. Concrete 6. Termite Treatment 7. Overhead Garage Doors 8. Pool 9. Metal Stairs and Railing 10. Aluminum/Metal Canopies 11. Structural Steel/Miscellaneous Metals Exhibit I— Retainage Exceptions & Exclusions / Early Release of Retainage ESCROW AGREEMENT THIS ESCROW AGREEMENT (the "Agreement"), is made and entered into by and between HPIMF Bonds Land MF1 DFW005 LP ("Developer"), the City of Fort Worth, a Texas home-rule municipal corporation ("Fort Worth") and Heritage Title Company of Austin, Inc. ("Escrow Agent") is to witness the following: WHEREAS, Developer and Fort Worth have entered into a Community Facilities Agreement for Bonds Ranch Multifamily Paving, Storm Drain, Street Lights, Signs and Traffic Signal, CFA Number 24-0187, City Project Number 105085, IPRC Number 23-0127 (the "CFA"); and WHEREAS, the CFA provides that Developer shall submit to Fort Worth performance bonds, cash deposits or other financial security acceptable to Fort Worth (collectively, the "Financial Security") for the purpose of guaranteeing satisfactory compliance by Developer with all requirements, terms, and conditions of the CFA (the "CFA Obligations"); and WHEREAS, Developer and Fort Worth desire and agree that Developer be allowed to escrow and pledge cash deposits to Fort Worth, to be held by Escrow Agent, as an escrow agent, in complete satisfaction of the obligation to submit the Financial Security to secure the performance of the CFA Obligations; and WHEREAS, pursuant to the CFA, Developer or its affiliate may contract for the sale of land to a party that will benefit from the CFA (with its successors and assigns, "Purchaser"), which party may be substituted as the "Developer" upon satisfaction of the conditions contained in Section 36 of the CFA and amendment of the CFA to make Purchaser a party to the CFA, in which event "Developer" thereunder and hereunder shall mean Purchaser (the "Substitution Rights"). NOW THEREFORE, for and in consideration of these recitals, ten dollars ($10.00) and other good and valuable consideration, the receipt, sufficiency and adequacy of which are hereby acknowledged, the parties hereto hereby agree as follows: SECTION 1. DEFINED TERMS. For the purposes of this Agreement, unless the context otherwise clearly requires, the following terms shall have the following meanings: "Security Funds" shall mean the cash deposit of Two Million Three Hundred Thirty-Nine Thousand Four Hundred Forty-SiX Dollars and Eighty-Three Cents ($2,339,446.83), which sum represents one hundred twenty-five percent (125%) of the estimated Developer's cost of constructing the CFA Obligations (the "Estimated Developer's Cost"). "Lien" shall mean any lien, security interest, charge, taX lien, pledge or encumbrance designed to secure the repayment of indebtedness or the satisfaction of any other obligation to a third party not a party of this Agreement. City of Fort Worth, Texas Escrow Pledge Agreement CFA Official Release Date: 11.01.2022 DH Page 1 of 10 Revised 11.16.2022 DH SECTION 2. SECURITY FUNDS. As financial security for the full and punctual performance of the CFA Obligations, Developer hereby pledges, assigns, and transfers to Fort Worth, and hereby grants to Fort Worth a security interest in the Security Funds and all rights and privileges pertaining thereto with the exception of the interest income to be derived therefrom (which interest income shall remain the property of Developer and shall be distributed by Escrow Agent in accordance with Developer's periodic instructions) subject, however, to the terms, covenants, and conditions hereinafter set forth. The security interest granted and the assignments made hereunder are made as security only and shall not subject the City of Fort Worth or Escrow Agent to, or transfer or in any way affect or modify, any obligation of Developer with respect to the CFA Obligations or any transaction involving or giving rise therefrom. SECTION 3. PHYSICAL POSSESSION OF SECURITY FUNDS. Concurrently with the execution of this Agreement, Developer shall have delivered to and deposited with Escrow Agent the Security Funds. The parties acknowledge and agree that Escrow Agent shall be required to segregate the Security Funds from other funds held by Escrow Agent for Developer in accordance with the normal practices of Escrow Agent acting as an escrow agent. Escrow Agent shall return all funds on deposit representing or evidencing the Security Funds remaining in its possession to Developer (or take such other action as Developer may request or direct) immediately after receipt of written notice from Fort Worth that the CFA Obligations have been fully performed. During such time as Escrow Agent has possession of the Security Funds, Escrow Agent shall furnish to the City of Fort Worth (when requested by Fort Worth) written acknowledgments signed by an officer of Escrow Agent detailing the amount of the Security Funds. Fort Worth's rights in the Security Funds shall be superior to those of Escrow Agent's notwithstanding any terms or understandings (written or otherwise) between Developer and Escrow Agent. SECTION 4. COVENANTS. (a) Affirmative Covenants. So long as any of the CFA Obligations remain unperformed, Developer covenants and agrees that Developer will: (i) from time to time execute and deliver to Fort Worth all such assignments, certificates, supplemental writings, and other items and do all other acts or things as Fort Worth may reasonably request in order to evidence and perfect the security interest of Fort Worth in the Security Funds; (ii) furnish Fort Worth with information which Fort Worth may reasonably request concerning the Security Funds; (iii) notify Fort Worth of any claim, action, or proceeding affecting title to the Security Funds or Fort Worth's security interest(s) therein; and City of Fort Worth, Texas Escrow Pledge Agreement CFA Official Release Date: 11.01.2022 DH Page 2 of 10 Revised 11.16.2022 DH (iv) adjust the Security Funds to an amount equal to the actual contract price, including revisions thereto, if the original Security Funds were based on an engineer's estimate of costs. (b) Negative Covenants. So long as any of the CFA Obligations remain unperformed, Developer covenants and agrees that Developer will not: (i) assign or transfer any rights of Developer in the Security Funds other than pursuant to the Substitution Rights or to a permitted assignee or transferee of the CFA Obligations under the CFA; or (ii) create any Lien in the Security Funds, or any part thereof, or permit the same to be or become subject to any Lien except the security interest herein created in favor of Fort Worth. SECTION 5. EVENTS OF DEFAULT. Developer shall be in default under this Agreement only upon the happening of any of the following events (a "Default"): (a) default in the timely payment for or performance of the CFA Obligations after written notice thereof has been given to Developer and Escrow Agent and such default is not cured within seven (7) days after such notice or such longer cure period as may be provided in the CFA; (b) any affirmative or negative covenant is breached by Developer. SECTION 6. RIGHTS AND REMEDIES OF FORT WORTH UPON AND AFTER DEFAULT. (a) Remedy. Upon the occurrence of a Default for which Purchaser exercises its Substitution Rights, Purchaser shall succeed to all of Developer's rights with respect to the Security Funds, to be used by Purchaser in accordance with Section 9 to pay for completion of the CFA Obligations by Purchaser. Upon the occurrence of a Default for which Purchaser does not or is unable to exercise its Substitution Rights or that occurs after Purchaser has eXercises its Substitution Rights, Fort Worth shall have the right to direct Escrow Agent to transfer to Fort Worth all of the Security Funds, to be used by Fort Worth to pay for completion of the CFA Obligations by Fort Worth. Escrow Agent is hereby authorized to transfer the Security Funds immediately upon the receipt of a written statement purporting to be eXecuted by an authorized representative of Fort Worth stating that: (i) a Default by Developer has occurred related to the CFA Obligations; (ii) written notice of such Default has been given by Fort Worth to Developer, Purchaser and Escrow Agent and such Default was not cured within seven (7) City of Fort Worth, Texas Escrow Pledge Agreement CFA Official Release Date: 11.01.2022 DH Page 3 of 10 Revised 11.16.2022 DH days after delivery of such notice or such longer cure period as may be provided in the CFA; and (iii) Fort Worth is entitled to have the Security Funds transferred in accordance with the Agreement. (b) Notices. Any notice required or permitted to be given to any party hereto shall be given in writing, shall be personally delivered or mailed by prepaid certified or registered mail to such party at the address set forth below, and shall be effective when actually received. To Developer: HPIMF Bonds Land MF 1 DFW005 LP Attn: Tim Shaughnessy 901 S. Mopac Expressway, Bldg 3 Ste 220 Austin, TeXas 78746 To: Escrow Agent: Heritage Title Company of Austin, Inc. Attn: Conner Turner 200 W. 6th Street, Suite 1600 Austin, Texas 78701 Email: cturner@heritage-title.com To: City of Fort Worth City of Fort Worth Attn: City Treasurer 100 Fort Worth Trail Fort Worth, TX 76102 With a copy to: City of Fort Worth Atm: Contract Management Office 100 Fort Worth Trail Fort Worth, TX 76102 Any party may change its address for notice by giving all other parties hereto notice to such change in the manner set forth in this Section no later than ten (10) days before the effective date of such new address. SECTION 7. EXCLUSIVE RIGHTS AND REMEDIES. City of Fort Worth, Texas Escrow Pledge Agreement CFA Official Release Date: 11.01.2022 DH Page 4 of 10 Revised 11.16.2022 DH Subject to the Substitution Rights of Purchaser, if the Developer fails to perform its obligations under the CFA, Fort Worth's sole and exclusive remedy shall be to complete the obligations of Developer at Developer's expense, using the Security Funds. In furtherance of such sole and exclusive remedy, Fort Worth is entitled to exercise its rights as set forth in Section 6 hereof. SECTION 8. SUBSTITUTION OF COLLATERAL. Notwithstanding any contrary provision in this Agreement, Developer shall have the right, at any time and from time to time, to obtain releases of all or any part of the Security Funds (hereinafter called the "Released Collateral") upon satisfaction of the following conditions: (a) Developer shall provide Fort Worth and Escrow Agent written notice (the "Substitution Notice") that the Developer desires to obtain Released Collateral in exchange for a contemporaneous substitution of an alternate Financial Security acceptable to Fort Worth (as specified and described in the Substitution Notice); and (b) Developer shall pledge to, or obtain for the benefit of Fort Worth, and deliver to Fort Worth the alternate Financial Security acceptable to Fort Worth (the "Substituted Collateral") which Substituted Collateral shall in the aggregate be at least equal to the Estimated Developer's Cost; and (c) Said Substituted Collateral shall be of sufficient amount(s) to cover all work which has occurred prior to the substitution of collateral provided for in this Section; and (d) Purchaser shall have consented to the substitution. Upon satisfaction of the above-specified conditions, Escrow Agent shall be authorized (without the further consent of Fort Worth) to return to Developer the original Security Funds in Escrow Agent's possession that represent or evidence the Released Collateral or take such other action with respect to the Released Collateral as Developer may request or direct. Developer shall pay the eXpenses incurred by Escrow Agent In connection with obtaining each such release and substitution. SECTION 9 REDUCTIONS IN SECURITY FUNDS. (a) Notwithstanding any contrary provision in this Agreement, Developer shall have the right to reductions in the Security Funds (hereinafter called a"Reduction in the Security Funds"), in accordance with this Section 9. (b) Every thirty (30) days, Developer may request a reduction in the Security Funds in accordance with Section 9-310-1 of the CFA Ordinance. (c) Developer shall provide the City of Fort Worth and Escrow Agent with written notice (the "Withdrawal Notice") that Developer desires to obtain a Reduction in the City of Fort Worth, Texas Escrow Pledge Agreement CFA Official Release Date: 11.01.2022 DH Page 5 of 10 Revised 11.16.2022 DH Security Funds in any amount less than or equal to the then-completed CFA Obligations as inspected or accepted by Fort Worth. (d) A Reduction in the Security Funds may only be made after: i. Fort Worth's inspectors have verified the amount of the Community Facilities that have been constructed in accordance with the engineering plans, which will be completed by Fort Worth within thirty (30) days after request made by Developer to Fort Worth, with a copy thereof sent to Fort Worth's Contract Management office via email at DEVCFA_Projects@fortworthteXas.gov; and ii. Fort Worth has received an affidavit and release of lien eXecuted by the contractor indicating that the contractor has been paid by Developer and the contractor has paid all subcontractors and material suppliers for the Community Facilities that have been constructed pursuant to the CFA, through and including the prior payment. (e) After Fort Worth has confirmed the amount of the Community Facilities that have been constructed in accordance with the engineering plans and Fort Worth has received an affidavit and release of lien from the contractor for the Community Facilities that have been constructed through the prior payment, then the Security Funds may be reduced to an amount that is no less than one hundred twenty-five percent (125%) of the value of the Community Facilities that are remaining to be constructed. SECTION 10. NON-ASSIGNABILITY OF FORT WORTH'S RIGHTS. The rights, powers, and interests held by Fort Worth hereunder in and to the Security Funds may not be transferred or assigned by Fort Worth in whole or in part. Any attempted transfer or assignment shall be absolutely void and shall entitle Developer to a release of all Security Funds. SECTION 11. NO WAIVER. No waiver by Fort Worth of any Default shall be deemed to be a waiver of any other subsequent Default. No delay or omission by Fort Worth in exercising any right or power hereunder shall impair any such right or power or be construed as a waiver thereof, nor shall any single or partial exercise of any such right or power preclude other or further exercise thereof. SECTION 12. BINDING EFFECT. This Agreement shall be binding on the parties, their successors and assigns. No provision of this Agreement may be amended, waived, or modified except pursuant to a written instrument executed by Fort Worth, Escrow Agent and Developer. SECTION 13. CHOICE OF LAW; VENUE City of Fort Worth, Texas Escrow Pledge Agreement CFA Official Release Date: 11.01.2022 DH Page 6 of 10 Revised 11.16.2022 DH This Agreement is to be construed and interpreted in accordance with the laws of the State of Texas. Venue shall be in the state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. SECTION 14. COUNTERPARTS. This Agreement may be executed in any number of multiple counterparts and by different parties on separate counterparts, all of which when taken together shall constitute one and the same agreement. SECTION 15. INDEMNITY. DEVELOPER HEREBY AGREES TO RELEASE, HOLD HARMLESS, AND INDEMNIFY ESCROW AGENT (AND ITS DIRECTORS, OFFICERS, ElVIPLOYEES, AGENTS AND REPRESENTATIVES) FROM AND AGAINST ALL CLAIMS, DAMAGES, EXPENSES, COSTS, SUITS AND OTHER LIABILITY OF ANY KIND WHATSOEVER THAT ARISE OUT OF OR ARE DIRECTLY OR INDIRECTLY RELATED TO THE PERFORMANCE BY ESCROW AGENT OF ITS DUTIES HEREUNDER EXCEPT FOR THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF ESCROW AGENT OR ITS DIRECTORS, OFFICERS, EMPLOYEES, AGENTS OR REPRESENTATIVES AND DEVELOPER HEREBY AGREES TO RELEASE, HOLD HARMLESS, AND INDEMNIFY FORT WORTH (AND ITS RESPECTIVE DIRECTORS, OFFICERS, EMPLOYEES, AGENTS AND REPRESENTATIVES) FROM AND AGAINST ALL CLAIMS, DAMAGES, EXPENSES, COSTS, SUITS AND OTHER LIABILITY OF ANY KIND WHATSOEVER THAT ARISE OUT OF OR ARE DIRECTLY OR INDIRECTLY RELATED TO ANY ACTIONS OR INACTION BY FORT WORTH WITH RESPECT TO THIS AGREEMENT. SECTION 16. PAYMENT OF ESCROW FEES Developer will be responsible for the payment of all fees to Escrow Agent associated with this Agreement. SECTION 17. TAKEOVER RIGHTS Upon the occurrence of its eXercise of the Substitution Rights, Purchaser shall automatically assume all of the rights, duties and responsibilities of HPIMF Bonds Land MF1 DFW005 LP ("HPIMF") contained in this Agreement. From and after the exercise of the Substitution Rights, Purchaser shall have the rights of Developer to the Security Funds and the City may look to Purchaser for performance of Developer's obligations under this Agreement, provided that HPIMF shall remain solely liable to City for all of its acts, omissions and defaults eXisting under this Agreement prior to the occurrence of the exercise of the Substitution Rights. SECTION 18. CONCERNING THE ESCROW AGENT City of Fort Worth, Texas Escrow Pledge Agreement CFA Official Release Date: 11.01.2022 DH Page 7 of 10 Revised 11.16.2022 DH The parties hereto agree that the following provisions shall control with respect to the rights, duties, liabilities, privileges and immunities of Escrow Agent: (a) Escrow Agent is not a party to, and is not bound by, or charged with notice of, any agreement out of which this escrow may arise, other than this Agreement. (b) Escrow Agent acts hereunder as a depository only, and is not responsible or liable in any manner whatever for the sufficiency, correctness, genuineness or validity of the subject matter of the escrow or any part thereof, or for the form or execution thereof, or for the identity or authority of any person executing or depositing the same. (c) Escrow Agent shall be protected by Developer in acting upon any written notice, waiver, consent, certificate, receipt, authorization, power of attorney or other paper or document which Escrow Agent in good faith believes to be genuine and what it purports to be. (d) Escrow Agent may consult with legal counsel in the event of any dispute or question as to the construction of any of the provisions hereof or its duties hereunder. (e) In the event of any claims or demand upon Escrow Agent are made in connection with any provision of this Agreement, or in the event the Escrow Agent, in good faith, shall be in doubt as to what action it should take hereunder, Escrow Agent may, in its sole discretion, refuse to comply with any claims or demands on it, or refuse to take any other action hereunder, so long as such disagreement continues or such doubt exists, and in such event, the Escrow Agent shall not be or become liable in any way or to any person for its failure or refusal to act, and the Escrow Agent shall be entitled to continue to so refrain from acting until (i) the rights of all interested parties shall have been fully and finally adjudicated by a court of competent jurisdiction, or (ii) all differences shall have been adjusted and all doubt resolved by agreement among all of the interested parties and Escrow Agent shall have been notified thereof in writing signed by all such parties. Notwithstanding the foregoing, in the event Escrow Agent shall be in doubt as to what action it should take hereunder at any time during the term of this agreement, Escrow Agent shall have the right, in its sole and absolute discretion, to file an interpleader action in a District Court of Tarrant County, Texas, and interplead all documents and instruments held by it into the registry of said Court, and in such event, all costs, eXpenses and attorney's fees incurred by Escrow Agent in filing such interpleader action shall be paid by Developer or from the funds so interplead. The rights of Escrow Agent under this paragraph are cumulative to all other rights which it may have by law or otherwise. [REMAINDER OF THIS PAGE 1NTENTIONALLY BLANK] City of Fort Worth, Texas Escrow Pledge Agreement CFA Official Release Date: 11.01.2022 DH Page 8 of 10 Revised 11.16.2022 DH ACCORDINGLY, the City of Fort Worth, Developer and Escrow Agent have each caused this instrument to be executed in each entity's respective name by its duly authorized signatories effective as of the date executed by the City Manager or his/her designee. CITY OF FORT WORTH DEVELOPER HPIMF Bonds Land MF 1 DFW005 LP �_�-� Jesica McEachern Assistant City Manager Date: 09/22/2025 Approved at to Form & Legality: � ; !�! �� � � �; Richard A. McCracken Sr. Assistant City Attorney Date: 09/19/2025 ATTEST: � 1� .,�,��� � Jannette Goodall City Secretary City of Fort Worth, Texas Escrow Pledge Agreement CFA Official Release Date: 11.01.2022 DH Page 9 of 10 By: HPIMF Bonds GP DFWO10 LLC, its general partner �� _ Name: Tim Shaughnessy Title: Manager Date: 09/18/2025 ESCROW AGENT Heritage Title Company of Austin, Inc. Name: Conner Turner Title: Vice President/Counsel Date: 09/19/2025 Contract Compliance Manager By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. _�� Kandice Merrick Development Manager Revised 11.16.2022 DH 00G213-i PERFORMANCL BOND i'a�e ] of 3 I 2 3 4 S 6 r� 8 �� THE STATE Q� TEXAS COUNTY OF TARRANT EXECUTED [N DUPLICATE $ECTX4N QO b2 13 Bond l�Io. FTC040] 1G2 PERFORMANCE BOND § § KNOW ALL BY THESE PRESENTS: § That we, ��ackland Partners, LLC, known as"Principal" herein and Frankenmuth Insttrance Company , a corporate s��rety(sureties, if mare ihan 10 one) d�ily authorized to do 6usiness in ihe State oiTexas, [cnown as "Surety" l�erein {whether one 11 or more), are held ar�d finnly bo��nd unto the Deve[oper, HPIMF BONDS i,AND MF1 DFW005 12 LP, authorized to do business in Texas ("Deve[oper") and the City of Fort 'VJorth, a Texas 13 municipal corporation ("City"), in the penal su►n nf, One Million Two Hundred Tho�tsand and 34 00/100 Dotlars {$I,2p0,OQ0.00), [awFu] money ofthe United States, to be paid in Fart Worth, t5 Tarrant County, Texas for the payment of wlZich sum wel[ and truly ta be made jointly unto the 16 Developer and the City as dual o�ligees, we bind ourse[�es, our heirs, executars, adtzainistrators, 17 successors and assigns, jointEy and severally, firn7ly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Warth by and through a Com.muzlity Facilities 20 Agreement, CFA Number 24-0122; and ? 1 WHEREAS, the Princi�ai has entered anto a certain written cantract with the Developer awarded 22 the l ltt� day of September, 2025, which Contract �s hereby referred to and made a part hereof for 23 aEl purposes as if fully set forth herein, ta fumish all materials, equip�z�ent ]abor and other 24 ?5 26 accessories defined by law, in the prosecufion of the Work, inc[uding any Change Orders, as provided for in said Contract desig�aated as Bonds Ranc•h Multifary�ily Water & Sewer. NOW, THER��'ORE, the conditian of thfs obligation is s�ch that if the said 1'rincipai 27 shall faithfi�lly perform it ohligafions under the Contract and shall in al] respects duly and 28 faithfully perfonn the Work, incl�ding Chailge 4rders, under �he Contract, according to the plans, 29 specifications, and contract documents therear� �•eferred to, and as well during any �eriod of 30 extensian af the Contract ti�at may be granted o�a the part oftl�e Developer and/or City, the� this 31 obligatian shal[ be and become null and void, otherwise to remain in full force and effect. CTTY OF FO[tT WORTH Borrds Ranch Mullifanrily Wafer c� Se�i�er STANDARD C[TY CONDIT[ONS — D6VELC3PER AWAR�Gp PRO.iEC'I'S If15(J44 Revised January 31, 2D 12 006213-2 PERFORMANCE IIOND Page 2 of 3 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shal] lie in 2 Tarrant County, Texas or the United States District Court for t�e Northern District of Texas, Fort 3 Worth Division. 4 5 6 7 8 9 10 Il 12 13 14 IS i6 �� i8 �9 20 2l 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 This bond is made and executed in compliaE�ce with the provisions of Cl�apter 2253 of the Texas Government Code, as ameilded, and a[] liabilities on this bond shall be determi��ed in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and tl�e Surety have SiGNED a��d �EALED thSs instrUment by duly authorized agents and officers an this the �th day of decemh�r . 20 25 ATT�T� J� (Princ pai) Secretary c�Y� �� itness as to Principal Wi ess as Surety, Ashlyn Simchik PRINC[PAL: Slackland Partners, LLC BY: � �.--__��_�� cgnature (_ f� r�f -�� (�9nc k�-. �C� Name and Title � Adtiress: 6500 Ivleyer Way Suite 302 McKinnev. TX 7507D SURETY: Frankenmuth insurance Compairy BY: �`�`�(C�j .J�'. Signatur� 5ean McCaule��, Jr., Attorncy-iu-Fact Name and Title Address: i M�ttual Avenuc Frankenmuth. M[ 48787 Telephone Number: (984) 6S2-6121 *Note: If sigc�ed by an officer of the Surety Company, tEiere must be on file a certified extract from the by-laws showing ihat this person has authority to sign suc�� ob[igation. If Surety's physical address is �Eifferent from its mailing address, both must be prov'sded. CITY OF FORT WORTIi Bond.s Ranch Multrfanrrly [Vater cg Sewer S"fANDARD CITY CONDITCONS — DEVELOPER AWARDED PRQJECTS I050�19 Revised January .i 1, 201? OOfi2I3-3 P£RFORMANCE BdNn Page 3 of 3 The date of tl�e bond shall not be prior to the date the Coniract is awarded. C3TY Or FORT WDRTI-[ Bonds Ranch Mullrfa�rrily W�1es- c� Seaver� S"CANBARD CI"fY CONDITIONS — DEVELQP�R AWARDED PR03ECTS 1050�9 Revised ]anuary 31, 2pi2 D062 Ik- l PAYMENTBpND Page I of2 a � 3 4 S 6 7 THE STATE O� T�XAS COUNTY OF TARRANT �x�cu�r�n �N B�r�Lic��r� SECTION 00 62 14 Bond No. FICDOD1162 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § 8 That we, Blac[cland Partners, LI.C, known as "Principal" herein, and g Frankenmuth Insurance Campany , a corporate surety { or l0 sz�reties if more than one}, duly authorized to do business i�i tl�e State of Texas, kc�own as 11 "Surety" herein (whether one or more), are helci and firmly bound unto the Devetoper, HP1M�' 12 BONDS LAND MFI DFW005 LP, autharized to da business in Texas "(Developer"), and the 13 City of Fort Worth, a Texas municipa] corporation ("City"), in the penal sum af, One Million 1� Twa Hundred Thousand and OO/I00 Dollars ($ t,200,000.00), iawful maney of the United Siates, 15 to be paid in Fa►�t Worth, Tarrar�t County, Texas, for the payment of whickl sum well and truly be I6 made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 17 �xecutors, administrators, successors and assigns, jai��ily anc! severally, fin�►ly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the consiruction of 19 commu�lity facilities in tE1e City of Fort Worth, by and througl7 a Community Facilities 20 Agreem�a3t, CFA Number 24-0122; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 11th da of 5eptember , 20 25 y , wl�ich Cont�•act is �lereby 23 referred ta and made a part hereof For alT purposes as if fully set forth herein, to ft�rnish alf 34 rtiaterials, equipme�tt, ]abor and other accessories as defined by law, in tlte prasecutio�i of the 25 Work as provided for in said Cantract and designated as Bonds Ranch Mialtifarraily Water c� 26 Sewer. 27 NOW, THEREFORE, THE CONDI"CION OF THIS OBLIGATION is s�ach that if 28 Principaf shall pay all znonies owing to any (and all} payment bond bene�ciary (as defined in 29 Chapi�r 2253 of the Texas Go�ernment Code, as a�nended) in the prosec�ition of the Work u�ider 30 the Contract, then this obligatiaEl shall be and become nul[ and void; otherwise ta remain in full 31 force and effect. C1TY OF FpRT WORTH Qonds Raxch Multifamil�� Warer B� Seiver S7'ANDARD C1TY CONDITIONS —DEVELOPLR AWART]ED PROJECTS Jpj�qg Revised 3aauary 31, 2012 00 62 14 - 2 PAYMENi t30Ni� Pa�e 2 of 2 Fl 2 Tilis bo�ld is made and executed in compliailce with the provisions of Chapter 2253 of the Texas Government Code, as amended, a�d all liabilities on this band shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal aEzd Surety have each SiGN�,D and SEALED 5 this instrument by duly authorized agents and of�cers on this the 9th day of � December �p 25 7 ATTEST: /� �''�Ln (Principa ) Secretary {1�--�.i�Y y�v"' Wii»ess as to Principal ATTEST: ��j V l� . i ." ` . (Surety) S���t� Liam Hackett, Witness . �(',�� , f i ll k �� U4'- W ness as t urety, Ashly�i Simchik 8 9 �a 11 12 13 14 PRINCIPAL: 8[ackland Partners, LLC BY: i- .. ra ' �ature � C% C G� rtil I�- s f.c�/� � h�—, C�C� Name and Title � ;�dat'BSS: 6500 Meyer Way Suite 302 IVIcKinney, "CX 7�070 S L]RETY: Frai�kenmuth Insarance Company sv: �--��L—r%.1r Signature � /% ✓ Scan McCauley,lr., Attorney-in-Fact Name and Title Telephone Number: (989) GS2-612� Address: 1 Mutual Avenue Frankenmuth, MI 48787 Note: If signed by ai� officer ot 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 �hysical address is different from its mailiilg address, both must be provided. The date of the hond shall not be prior to the ciate the Contract is awarded. END OF SECTION CITY OF FORT WORTI-I Bonds Ranch Multrfcrmily li�ater & Seu er STANDARD CiTY CONDITIONS — I7EVELOPF;R AWARDED PROJECTS I05049 Revised lanuary 31, 2012 FRANI�ENMUTH INSURANCE COMPANY POWER �F ATTDRNEY KNOW ALL M�N BY THESE PRESENTS, that Frankenmuth insurance Company (the "Company"), a corporatian duly organized and existting under the l�ws nf the State of Michigan, having its principal office at ] Mutual Avenue, Frankenmu�h, Michigan 4$787, does h�reby nominate, constitute and appoint: Sean McCauley, Jr. Sam Duckett, Bridget Truxillo, Sarah Timmons, Ashlyn Simchik, Jarrod Yast Their true and lawful aEtorney{s)-in-Fact, each if� t$eir separate capac�ty if more than one is named above, to make, execuEe, seal, acknowledge and deliver any and al! bonds, cantracts and undertakings of suretyskaip, with the excepiion of Financiai Guaranry Insurance, provided, hawever, that the pe�al sum of any one sueh instrnment shall not exceed the sum of: Fifky Million and Op/�40 DoIlars (S50,OOD,q00) This Power of Attomey is granted pursuant to the Following ResoEuiion duty adopted at a meeting of the Board nf Directors of Frankenmuth [nsurance Company: "RFSfJ�.VEU, that the President, Senior Vice President nr Vice President and each of them under their respective designations, hereby is authorized to execute powers of attorney, and such authority ean be executed by use of iacsimile signature, which may be attested or acknowledged 6y any offlcer of the Company, qualifying the auorney(s) narned in tlfe gi�en power af auorney, to execute on behalf nf, a��d acknowledge as the act and deed of Frankenmuth Insuranee Comgany an alE bonds, contracts and undertakings of suretyship, and ro affix the carporate seal thereto." I� WITN E55 W HEREOF, the Company has caused these presents ta be signed and attested by its apprapriate afftcers and its corporate seal here�}�tC�"�`f#i��[�,tl�is � day aF^�l f] y,..,�, a o�3. r���`' -��,A,,.., _ , ,' ��'��'•.`' . - Franken�nuth I urancc Campany , � � �` �.�,�..��v L�" � _ c� 'P~'„- . �' �!� �' gy Andrew H. Knudsen '�~``"�— F, , ti �y �� _ � r�+, ,:' �;� President, Chief Operating Officer and Seeretary �'y °. � � ���� STAT�iF MICFi�E�A.'1�.=' ) CEICJIY7"Y`'hii,S��11ViAW ) sc: Swam to bcfore me, a Nofary Pub[ic in Ehe State of Michigan, by Andrew H. Knudsen, to me personally known to be the individua! and ofticer described in, 8nd who exccuted the prcceding instrument, deppsed and said thc Corporatc Seaf and his signaturc as Officcr were affixed and su6seribed to said instrument by the authority of the Company. „ ... �7 ' /d � F�� r I�V TESTIMONY WtiEREOF, 1 have sel my hand, and affixeci my Official Seal lhis �/__ day of �l �-�-I"�.�� ,���.3 . � � ��1�1�� (Seal) ��� .�,r"� -v�- q , ���,� ' Susan L. Fresarger, Notary PufyNc 'r `�� �-� k� �, ' Saginaw Counry, State of Michigan .�'f i���a �i e� �'. M}• Comrnission F,xpires: April 3, 2Q28 `.S.'� 4� `�Q , Y -' ! � I, the undersigned, Chief Executive Cifficer of Frankenmuth Insurance Company, do here6y certify that the far`�ping is a trii`'T;�`r�rreck and complete copy of the origi�al Pawcr of Attomey; that said Power of Auomey has npt been revoked or rescinded and is in�H� farce and effeet as of this date. • IiY WITNESS WHEREOF, I have set my hand and affixed the Seal of the CoR�y, this 9th day of _December 2025 _._._._ __ _ , __ -- �� :..Q� �'�� Fredeiiek A. Edmond, Jr. Chief Executiva Qfticer .lLL C�RRE'SPONDENCEli�'L,47ED TO CffiND VALID.4]70NAND/�R A CLAIMSHOULD BEDIRECTED TO YP SURETY, 701 LI.S. RE3UTE plYE, SFllTE l, YARtNOUTH, ME 04�96 Texas Department of Insurance Amended Certificate of Authority License no. 95333 ''� "'r � Licensed since: February 1 S, � 999 Department Certification _ � ;�,,,� -;�, Frankenmuth Insurance Company (foreign stack fire and casual#y company) organized under the laws of tl�e state of Michigan This entity has complied with the laws of the state of Texas, as applicable, and is a�thorized to transact the falfawing lines of insurance: ��..•�-•F••,� � Allied Co�erages, Auto Physical Damage, Autornobile Liability, Boiler 8� Machinery, Burglary & Theffi, Employers' Liabilfty, Fidelity & Surety, Fire, �orgery, Glass, Hail, Inland Marine, Liability Ot�er than Auto, Livestock, Ocean Marine, Rain , , . . 1�"�' . . . , . _�, � _ . . . � � � This amended certificate of authority is in full force and effeet unti! it is r�voked, canceled, ar suspended accarding to law. ,,� Gi�en under my hand and official seal of officE in the city of Austin, April 19, 2023 CASSIE BROWN COMMISSIONER O�' INSURANCE BY Jof�n Carter, U�rectar Company Licensing and Registration Financial Regulation Di�ision Commiss�aner's order no. 3632 ��,�r ofi;�:� ,��r� � �.,�..,G x ,,, � , � � t y �1. , c F., ``�•:¢�, ;r` �o�� �� � ;;/M * `-` _"� � i IMPORTANT NOTICE TO ALL TEXAS POLfCYHO�.DERS 1MPORTAI�T NOTICE 70 obtain information or file a claim: You may call Frankenmuth Insurance Company for information or to file a claim at: AVISO IMPORTANTE Para obtener infprnnacion o presentar un reclamo: Usted puede Ilamar a Frankenmuth Insurance Company para abtener informacion o para presentar un reclamo al: 1-989-480-4369 Yo� may aisa write to Frankenmuth Insurance Company at: Frankenmuth Insurance Company One Mutual Avenue �rankenmuth, MI 48787 You may contact the iexas Department of Insurance to obtain information on campanies, co��rag�s, rights, or camplaints at: 1-800-252-3439 You may write #he �exas Deparkment of I�surance: P.O. Box 149091 Ausiin, TX 78714-9091 Fax: (512} 490-1007 Web: h#tp:/lwww.#di.t�xas.go� E-mail: ConsumerPratection@tdi.texas.gov PREMItJM OR CLAlM DI5PUTES: Should yau ha�e a dispute concerning your premium or about a claim you should contact ihe Frar�kenmuth Insurance Company first. If tFre disput� is noE resol�ed, you may contact the Texas Depar�ment af insurance. ATTACH TH1S N0710E TO YOUR POLICY: T'his natice is for inforrr�ation only and does nat become a part or eondition of the attached document. 1-989�80-4369 Tambien puede escribir a Frankenmufh Insurance Company a la siguiente direccion: Frankenmuth Ensurance Company One Mutual A�enue F'rankenmuth, MI 48787 Puede camunicarse con el Departamento de Seguros de Texas �ara obtener informacion sobre companias, coberturas, derechas o quejas al: 1-800-252-3439 Tam�ien puede escribir al Departamer�to de Seguros de Texas: P.O. Box 149091 Austin, 7X 78714-9091 Fax: (512) 490-1007 Web: h�tp:llwww.tdi.texas.go� E-mail: CansumerProtection@tdi.texas.go� DlSPUTAS SOBR� PRIMAS O RECLAMOS: Si tiene una disputa relacianada con 5� �rima o con un reclamo, debe comunicarse primero con Frankenmuth Insurance Campany. Si [a disputa no se resuelve, puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLI�A: Este aviso es solo para fines informati�os y no forma parte ni condicion del documento adjunto. 00 MLOQ42 44 44 16 Page 'f of 1 :M � >.,v�=m�,:. ��: ryw W: .;T. �;�. u..; � � ; ^.. ..;�,^:l�;N.� � � ,�N; a`> ,:v^,,,; -�;-,;� � � i �:�����'>� �� r;,:���' 2025 SUBCONTRACT AGREEM�NT TEXAS ANY DISAU7'E ARiSING OUT OF THdS SUBG�NTRACT 1S SUB7ECT TO ARBITRATIQN. THE ARBITRATION PROCEDURES ARE SET FORTH IN ART(CLE 14 OF THE GENERAL PROVISIONS TO THIS CONTRACT. This Agreement made chis October 9, 20Z5, and eff�cti�e tE�e October 9, 2025, by and between Slacitland Partners, LLC whose princi�al address is 6500 Meyer Way, Ste. 300 McKinney, TX 75�70, hereinafter referred to as the "Cantractar" and Venus Construetion Campany whose principal address is P.O. Sox 9�, M�nsi►eld, Texas, 76063 hereinafter referred to as the "Subcontractor," to perform part of the work on the Project, as def ned herein. Whereas, Contractor has entered into that certain Contract for Conskruction (the "Prime Contract") with HP1MF Bonds Land MT1 DFWODS LP, whose principal address is 9U1 S. Mopac Expressw�y 8uitding 3, Suite 220 Austin, TX 7874G ("Owner") for rhe construc#ion of certain improvemenrs on the project identified below the ("ProjecY'). PROJECT: BONDS RANCH 10139 FM 156 Fort Worth, TX 7G i 31 SUBCONTRACT SUM: �1,200,000.�0 -(One Mzllian, Two Hundred 'I'hoasand, �nd 00/100) Doilars As identifed by Contractor with the following job nuEnber: JOB NUMSER: 2502N.3 - 0�1 — 533-1000 (Flease include this reference nucnber on all invaices and job inquiries.) PAYM�.NT AND i'ER�'ORMANCE 80NDS: 5ubcontractor �: SHALI� ".or:, � SHAlali;I�IUT. b� required #o provide Payment and P�rformance , : _ . ,:... . �,.. Bonds in the an�ount of the Subcontract Sum and in a fonn approved by Contractor. NOW, THEREFORE, in cpnsideration of the mutuaE covenants lierein made by Contractar and Subcontractor, the parties mutually agree as follows: 1. Subcontractor promises, cnvenants and agrees to furnish all labor, �naterial, management, equipment, Eools, plant, scaffolding, services and supplies and ali other things necessary for the construetion and con�pletion of the following work as described i� the Contract Documents and in a,�ood and workinanlike manner (ihe "Work") and in strict accordance with the Contract Documents: Offsite — IPCtC Water & Sewer - See �xhibit A- Scope of Work SU8CON7RAC1"AGREEME�iT-2025 Pag 3 SUBCONTRACTOR'S WITIALS �� CONTR,4CTOR'S INITIALS BLACKLAND PARTNERS,LLC The above d�scribed Work is for the cons#ruction of the abo�e-named Project and will be perfortned in accordance with the Contract Documents as defined in the "Generai Provisions" of Contractor's 5ubcontract Agreement. 2. Contractor agrees to pay Subcontractor for the described Work, and Subcontractor agrees to accept therefore, the 5uhcontract Sum as stated abnve, such payment to be made in accordance with the General Provisions ofthe Subcontract Agreement. Tt is understoad that all pricing rates are good throughoutthe duration ofthis Agreement and Project. No service, equipment, fuel, material, [abor, tarif% embargo, or oEher price/rate increases will be allawed for or related to this entire Agreement and Project. Notwithstanding anything herein to the contrary and upon Contractor's reGuest, Subcontractor will break the Subcontract Sum into separate[y stated prices for fabrication, installation and any ather labor perFormed by Subcontractor and/or its sub-subcontractors (the "Services") and aIl materials to be incorporated into the Project (the "Materials"}. The Subcontract Sum shafl be subject ta additians and deletians to the Materials and/or Services as may be agreed to by Contractor and Subcontractnr or as otherwise provided in the Prime Contract. Contractor and Snbcontrac#or shall jointly designate the portinn of each such adjustment thar is at�ributable to the Materials andlor Services. Aayment Requests will be submitted in the form required by Contractor and, if required, will segregate thase amounts that are allocated to and payabie for the Services and those a9located to and payab[e for all Materials, and will be subject to the review and approva[ of Cantractor. 3. Subcontractor shall perform the Work in accordance with the Project Schedule attached hereto as Exhibit C as may be modified from time to time by Contractor. 4. Subcontractor acl�nowledges that it has read tl�e Contract Documenfs and is familiar with such documents and agrees not to violate the terms of same. Subcontractor represents that it is qualified to perform the Work and that it has the expertise ro know the materials, methods, equipment and apparatus specifed for the Work, and that it has ar wi[I have sufficient work forces ta timely complete the Work. Subcontractor acknowledges that it has (a) ascerEained and fu![y evaluated the Work rec�uired by tlze Contract Documents, and the conditions and difiiculties invol�ed in performing the same; (b) satisfied itself as to tl�e correctness and accuracy of information fnmished by Cantractor, Architect, Owner ar others; and (c) reviewed and accepted the information regarding #he Owner's ability to pay forthe Work and is satisfied as to the financial integrity ofOwner and its ability to pay forthe Wor[c. Subcantrackar agrees that any fai[ure by Subcontractar ko 6ecome fuEly informed of the conditions and difficulties involved in perForming the Work will not relieve Subcontracror from its responsibilities under the Contract Docurr�ents. 5. Tlie General Provisions of this Agreement and any exhibits or additions attached ar referenced therein are incorporated into and made a part of this Subeontract Agreement. Otl�er Contract documents include but are nat limited to: Exhibit A— Scope of Work Exhibit B— Plans and 5pecificatio��s Exhibit C — Project Schedule Exhibit D— 5cl�edule of Values Exhibit E — PCO Forn� �xhibit F -- Lien Waiver Farms Exhibit G — Insurance Requirements Exhibit H— Froject Clean Up Exhibit [ — SDI Addendum Exhibit 1— CFA Addenduro 7. This Subcontraci may be e�ecuted in muitip[e counterparts, each af which shall conskikute an ari�inal, but all of which shall constit€ate one tiacument. Contractor and Subcontractor conscnt to execution of this 5ubcontraci being accomplished and evidenced 6y their handwritten signatures, or alternatively, by their electronic or digital signatures puE'suant ta Che Uniform �lectronic Transaction Act or, in tl�e event iE�e Uniform Electronic Transaction Act is found nat to apply, any other app[icable federal, state, or local statute or ardinance permitting the use of electronic nr digitai signatures for the purpose of conducting transact'€ons such as those evidencetf by� fltis agreement. The parties ac[cno�i�ledge and agree tilat such elec€ranic or digitat signatures shalt ha�re the same legal effect as a written signature. Subcontractor shali be soleiy responsible for ensuring that an authorized representative of Subcontraotor signs the Subcontract a�d ather dacuments �vhether by hand«�ritten, electronic, or digita[ signature and agrees not fo contest the ��alidity or e�forceability of at�y signature on any document that is so com�eyed. Eitl�er Party �nay copy this completed Subcontract and otiier documents for electronic storage in a non-�ditable format. Contractor and Subcontrac€or each agree that fo[lowing tf�e electronic sinrage nf these doc€aments, any fully ex�cuted hard copy printout ofthe electronically stared infarmation ���i{I constitute an original document. lf requested, Subeontractor agrees ta sign ihe Subcontract and other Contraci Documents utilizing Contractor's electronic signatare process which, at the Cnntractor's discretian, may be facilitated through a third-party administrator. [SIGNATURES ON I=OLLOWJNG PAG�] SUBCONTRACT AGREEMENT — 2025 SUBCONTRACTOR�S INITIALS 3�� BLACKLAN� PARTNERS,LLC Pag f 3 CONTRACTOR'S If�ITIALS ,�, VEiVUS CONSTRUCTtO, COMPA,NY � : _ � ���� Y �_ _ � - Subcontractor Signature Josh McAda Titte: Vice President Phone No.: (817} 477-205f} Emai] Address: jn�c.3cl���;�i�enu5c��ns�ru�tiu�i.cc,m Date: $LACKLA ' P RTiVERS, LLC �y: Cont�•actor Signature Chase Beauregard Vice President Phone No.: {972) 385-4125 Email Address: Chas S@blacklandpartners.net Date: L(l1 �.1 ��� (Genera! Prnvisions nf Su6contract Agreement Fnllaw) SUBCONTRACT AGR�EMEN7 - 2025 5LIBCONTRACTOR'S INI71AL5 -''> BLAGKLAND PARTNEhS, LLC Pag��pNTRACTOR�S I NITIALS ,,;;;�� �.�.�.:��::y;.,� ���r ��: ' �%„���=::�:� I s '�;�%i � �ti:�;s �<_` � i � I Y �a: �ti , � 2025 G�N�RAL PROVISIONS OF SUBCONTRACT AGREEM�NT Table of Contents ARTICLE1 ...................................................................................................................................................2 The Contract Dacuments and 5cope of Work ...............................................................................................2 ARTICLE2 ...................................................................................................................................................3 Paymenis........................................................................................................................................................3 ARTICL� 3 .................................................................................................................................. .G Obligations of Subcontractor; Releases and Affidavits of Payment ..............................................................6 ARTICLE4 ...................................................................................................................................................7 Changes, Extras and Delays ...........................................................................................................................7 ARTiCLBS .................................................................................................................................................11 Paymentand Performance Bonds ................................................................................................................1 ] ARTICLE6 .................................................................................................................................................1 I Indemnificationand Insurance .....................................................................................................................1 l ARTICLE7 .................................................................................................................................................15 Scheduling, 7'ime aiAerformance, Default and Remedies ..........................................................................IS ARTICLE8 ................................................................................................................................................. I S Complianca with Laws, Permits and Notices .............................................................................................. {$ ARTICLE9 .................................................................................................................................................19 Protectinn of Work, Safety and Warranties .................................................................................................19 AATICLE1 D ...............................................................................................................................................20 DefectiveWork ............................................................................................................................................20 ARTICLE11 ...............................................................................................................................................2i Clean-up and Environmental Conl�liance ...................................................................................................21 ARTICL.,E 12 ...............................................................................................................................................21 [Jse of Contractor's �quip�nent and Materials .............................................................................................21 ARTICLE13 ...............................................................................................................................................21 Restrictions on Assignments, Supervision and Coaperation with Otl�ers ....................................................21 ARTICLE[4 ...............................................................................................................................................22 Disp�ites, Arbitration and Litigation ............................................................................................................22 AR7'ICLE I S ...............................................................................................................................................23 MiscellaneousProvisions ............................................................................................................................23 GENERAL PROVISIQNS — 2025 SUBCONTRACTOR�S INITIALS �M Page '�0�€,�4 CONTRACTOR'S INI71AL5�� BLACKLAND PARTi�iERS, LLC ARTICLE 1 The Contract Uocuments and Scone of Work 1.1 The Contract Documents for this Subcontract Agreement (also referred fo herein as, Ehe "Subcon#ract" or the "Agreement"} consist of these General Pro�isions of Subcontract Agreement, the Subcontract Agreement, including any e�chibits or attachments, tf�e Prime Contract between the Contractar and Owner any terms or conditians set forth therein, tha drawings, �lans, and specifications, issued prior to execution af this Subcantract Agreement and any modifications, change orders, or amendments issued in writing after the execution hereof, all cpnstituting the "Contract Dacuments". As nsed herein, the ter�n "Owner" shall mean that entity with whom Contractor has executed fhe Prime Contraet for �he Project in question, whether such entity be a true owner of #he Project, the General Contrac#or, or otherwise. 1.1.1 Contractor rnay, at its election, hire Subcontractnr from time to time to perform certain Work on various projects as defined by specifc Work Orders. tn such case and to avoid having to renegotiate the terms and conditions for such Work, these General Provisions will be utilized 6y the Parties to establish the #erms, conditions and obligations of fhe Parties ancE shail controE uniess such terms are specifically modified in the respective Work Orders issued by the Contractar for each praject. The Wark prders may, amang ather things, define the praject, its locatian, the price and scope of the work, and the payment terms. The Subcontractor wil[ perform the Work and wil[ furnish all 6abor, material, tools, ta�es, insurance, equi�menE, services and sup�[ies as described in such individual Work Orders and as set forth in the General Provisions. 1.1.2 Contractar shall not be bound by this Subcontract until Subcantractar executes and delivers to Contractor an execured Su6contract and the same is executed by Contractor. The Subcontraet may be axecuted in caunterparts and each shali be dee�ned to be an original. Notwithstanding, Subcontractor's commencement of any part of the Work shall be deemed acceptance of the Terms and Canditions set forth l�erein. Cnntractor sha[I be under no obligation to contract with Subcantractar for any future projects, nor shall Subcantractar be reGuired to accept any future war[c from Contractor, but if they do enter into an agreement in the future, these Genera! Provisions sha[I prevail unless speGi�cally modified in writing. 1.1.3 If this Subconcract Agreement is executed before Contractor signs the Prime Contract, this Agreecnent shall constitute a�re-bid agreement which cannot be canceled by S�bcontractor and shall become binding upon award of the Prime Contract to Contractor. if no such Prime Contract is signed by Owner and Contractor, this Subeontract Agreement shal[ have no further effect. 1.2 Subcontractor acknowledges fhat it has inspected the Project site and has satisfed itself as to the condition of the same, including a!1 risks, hazards, and difficulties in conn�ctian therewith. Subcontractor has thoroughly reviewed th� Contract Documents and, except to the extent expressly calied out to Contractor in writing, believes that there are a�o ambiguities affectin� its Work. lf Subcontractor discovers any ambiguities in the Contract Documents, Subeontraetor shall ii��mediately in writing call these to the atteniio�i of Contractvr. 1f any part of the Work depends an the war[c of Cnntraetor, the Owner or any other subconEractor, Subcontractor will inspect and immediately repart in writi��g to Contractor any defects or i��adeq�acies discovered in such work which adversely affect or may aciversely affect Subcontractor's Work. Jf there appear to be any defects, variations or discrepancies of dimensions, quantities or other matters set forth in the plans, specifications or other portions oF the Prime Contracfi, Subeontractor shall immediately notify Contractor in writing of same. Subconfractor will perform ali �ield measurements required for its Work prior to proceeding with sueh Work. Subcantractor shall immediately notify Contractor in writin� of any discrepancy between the n�easurements set forth in the Contract Documenis and the feld measuremenis taken by 5ubcontractar. Upon receipt of such notice, Co�itrac#or will provid� writte�i instructio��s on how to proceed. The failure of the Subcontractor Eo undertake the obligations of this Paragraph 1.2 or to pro�ide natice to the Contractor written notice within twenry-four (24) hours of Su6contractor's discovery of any defect, inadec�uacy or cEiscrepancy, shal[ be deemed a waiver of any Subcontractnr claim relating to same. l.3 If the Prime Contract states a ljierarchy of controlling documents in the event of a conflict, the hierarehy staied in tf�e Prime Contract shal[ eontrol. Ii the Prime Contraet daes not state a hierarchy of controlling documents, then the SubcoE�tract Agreen�e��t and these General Conditians shall control over the ren�ainder of the Contract Documents. In the event of a conflict between any of the re�naining Contract F3ocuments the most stringent requirement sha[1 control. If 5ubcontractor commences any Work on the Project, including but not lin�ited to �nobilization, Su6contractor shall be deemed to have accepted ail terms and concEitions set forth in the Pri�ne Contract, Subcontract Agreen�ent and General Provisions, irrespecti�e of whetEier such docun�ents have been executed by Suhcontractor. 1.4 Contractor reserves the absolute right to delete labor, materials, sectio��s of the specifications or any other part, pnrtion or section ofthe Wor1c from this 5ubcontract Agreen�ent. In sach insEance oFdeleted work, Cantractor wil) pravide Subcontractor with a written Change Order setting forth tE�e deleted work and the amount to be deducted from the Subcantract 3um. The amount to be deducted From the Suhcontract Sum shall be tE�e amount speeified for the Work on tlie Schedule of Values or, if no amount is expressly indicated or inferable from Subcantractor's Schedule of Values, then ihe amount specified in Subcontractor's bid, or, ii no amount is expressly indicated ar inferable from Subcontractor's bid, then tl�e amount Contractor could reasonably pay for the deleted Work. GENERAL PROVISIONS — 2025 Page � 5l1BCON7RACTOR'S INITIALS �� CONTRACTOR'S INITIALS BLACKLANO PARTNERS,LLC 1.5 Subcontracfor agrees to the electronic delivery of the fully executed Subcontraet and other Contract Doeuments in a.pdf or other electronic file format (which may include email), 'I'o the extent the Contract J7ocuments require a Change Orde�• or other document be signed by one or both Parkies to this agreement for the document to be considered effective, Contractor and Subcontrac#or consent to their signatures being evidencec[ by handwritten signarures or, by digital or electronic nr digital signahares pursuant to the Unii'orm E[ectronic Transactivn Act or, in the event the Uniform Electronic Transaction Act is found not to apply, any other app[icable federal, state, or local statute or ordinanee permitting the use of electronic or digita[ signat�res, 1.6 Notwithstanding the fact that Contract Documents, ineluding drawings, p[ans and/or specifications, may be transmiYted electronically, the only data tha# may be relied upon by 5ubcontractor, whether furnished by Contractor, Owner, or the Architect, is limited to the prir�ted/ltard copies of such docUments. Contract Documents providec[ in an electronic media format, including text, data, gra�hics, and/or other simi[ar file types, are f�arnished only for the convenience of tlie Subcontractor and, any conclusion or information obtained or derived from such electronic fiies, shall be at the user's so[e risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern 1.7 As used throughout this Agreement, the term "day" shall n�ean a calendar day unless otE�erwise specifically stated in the Prime Contract. ARTICLE 2 Pavments 2.I Pro�ress Payments. Unless the Subcontractor is otherwise advised by Contractor, Payment sl�all be a»ade by Contractar to Subcontractar monthly as the Wor[c is performed in accordance with the fallowing procedures: 2.I.1 On the lSth day of each month {or three (3} days be%re the date on which Contractor has a�reed to submit its application for payment to the Owner, if such date would be eariier in the month) 5ubcontractor shall submit to Contractor an itemized estimate or invoice of materials incorporated inta the Work or suitably stored on the site, and Work completed through Che date of the estirnate. As it relates to stored materials, Contractor, Architect andlor Owner shall have the ri�ht to receive fram Subcontractar such data, vouchers, receipts, invoices or other documents ar information as they may require verifying the information coniained in Suhcontracfor's estimate. Estimates submit�ed after the submission date of any moE�th or otherwise not in substaE�tial conformance with the payment procedures set forth herein may be held by the Contractor until the next submission date far processing and until S�bcontractor substantially complies with such procedures. If satisfactory to Contractor, the estimate will be incorporated into the Contractor's application for payn�ent and forwarded to tk�e Owner and/ar Architect for approvaL Subcontraetor acknowledges and agrees that Contractor shall have no obligation to pay Subco��#ractor for Work performed or materials furnished urtEess Subcontractar strictly comp[ies with the payment proeedures contained her�in and tha[ 5ubcontractor's failure to strictly adhere to such procedures shall give rise to the Contractar's right to withhold payment. Su6contractor Further acknowled�es and agrees that Contractor's acceptance and payment of SubcantracEor's previous estimates not in strict compliance wiEh the pay�nent procedures contained herein shall not be deemed as a waiver of such procedures, relieve Subcontractor of its obligation to strictly adh�re to such procedures wiEli each future estimate, ar prevent the Contractor frotn withhoiding payment until Subcantractar strictly adheres to sucl� payment procedures. 2,1.2 To the extent tl�at the Owner recognizes and accepts the Subcontrac#or's estimat�, Contractor will pay Subcontraotor the percent of Subcontractor's estimate approved for pay�nent by tlie �wner, [ess retainage often percent (1 D%), �rovided that Coniractor is not required to make payments in an amount that wou[d not leave a sufficie�it balance to cover all obligations of Subcontractor to complete the Work. The Cnntracior �nay, at its so[e discretion, reduce the retainage requirements of this Agreement or release any portion oi retainage prior to the date specifi�d in #he Contract Documents. Any exercise of this option, however, shall not be a waiver of (i) a�ry oithe Contractor's rights to retainage in connection with other payments to the Subcontractor (ii) any other right or remedy that the Contr�ctar has under the Contract Documents, at law or in equity. Notwithstanding, Contractor shalI not be obligated to release any early retainage in the event that Suhcantractor is in default afany pro�ision oithis Agreement or ifContraetor reasonably anticipates that Subcantractor will not be able to eomplete the Work in accordance with this Agreement. 2.1.3 Ti�le for all materials a�7c[ Work covered by estimaces shall pass to the Contractor (or to the Owner, if the Prime Contract so providas) when the materials are delivered io the site or when the Subcontractor is �aid far such materiaEs and Work, whichever is first. However, this provision shall not be cansidered as relieving Subcontractor from the sole responsibility for all materials a�1d Work for which payments have been made, the restnration of any damaged work, the cost for replacement or damage of the materials due to theft, or the maintaining ai insurance thereon wFiich sha[1 continue until Final Completion. Sliould Contractor elect to submit a claiEn for any theft or damage to Subcontractor's Work under any applicable Builder's Risk Policy, Subcontractor shall be responsible %r the payment of the amount af the deductib[e. Nothing herein shali be considered as a waiver of the right of Co��tractor or Owner to require fulfillment af all the terms of ti�e Contract Dacuments. 2.1.4 As an express CONDITION PRECEDENT to 5ubcontractor's right to receive payment from Contractar for Work perfarmed pursuant to this Subcontract Agreen�ent, with each estimate %r payn�ent, Subcontractor and al[ oi its s�b-subcontractors and suppliers shall exectite and deliver to Cantractor with Subcontractor's request for partial payme�irs, a Conditional Waiver and Release on Progress Payment conditioned only on receipt of payment and GENERAL PROV1510NS — 2�25 Page 3 24 SUBCONTRAC70R�S INITIALS �� CflNTR,4CTOR�S 1i�lITIALS 6E.ACKLANO PARTNERS, LLC refeasing all claims and causes of action the releasing Party may have or claim to have against Contractor and (?wner through the date oithe execution of said release, SAVE and EXCEPT %r those claims which the releasing Party shall specifically list on said release and describe in a manner sufficient %r Contractor in identify such elaim with certainty. With each subsequent request for partial payment, Suhcontractar and all its supplier and sub-suhcontractors shall execute and deliver�o Contractor an Unconditional Waiver and Re[ease and Progress Payment fully and uncanditionally releasing alt claims and causes of action the re[easing Parry may have or claim to have against Contractor and Owner throu�h the date ofEhe immediately preceding application for payment. All waivers and releases provided by the Subcontractar, its suppliers and sub-subcontractor shall substantially comply with Chapter S3 of #he Texas Property Code, Subchapter and/or other A�plicable Laws governing the same. Subcontractor acknowledges and agrees thai regardless of whether or not Contractor recei�es payment from the Owner and �ays Subcontractor that 5ubcontractor has an obligation to pay its laborers, sub-subcontractors, and suppliers the arnounts owed by Subcon#ractar to them far labor and materials fumished in connection with this Project. 2.2 Final payment will be paid within thirty (30) days oi the completion of al[ punch list wark by Subcontractor, ace�ptance of and payment for the entire Prime Contract by the Owner, provided Subcontractor has in�voiced %r its retainage, buk not before Contractor's receipt of an executed Cor►ditional Waiver and Release on F'inal Payment from Che 5ubcontractor and its sub-subco�itractors and suppliers, as well as Subcontractar's comp[iance with the requirements of 5ection 2.5 regarding [ien releases and the delivery of any warranties, guarantees, as-built drawings, test reparts, and ather clase-aut documents required by tE�e Contract Docarr�ents. In the event Subcontractor is unable to obtain iu[1 and final releases from all its sub-subcontractars and suppliers, Con#ractor may hold all retainage c�ntil all time periods for asserting lien and/nr bond claims by such sub-subcontractors and suppliers have fully expired, and upon such expiration of tirne Contractor may release the retainage to Subcontractor. 2.3 Subcontractor acknow[edges tliat, to the fullest extent permitted 6y law, actual receipt of payment from the C)wner ro Contractor for any payment (inc[uding, without limitation, progress payments, reEention, iinal payment, and payments for changes, extras and claims) for rhe Wark far which Subcontractar is see[cing payment shal{ be an express CONDITION ARECEDENT to Subcantractor's right to receive any such payment. To the ful[est extent perm itted by law, the foregoing pay-if-paid provision within this Subcontract Agreetnent (hereinafter referred ta as the "Pay-]f- Paid" provision) is intended to SHIFT THE RiSK QF OWNER'S NON-FAYMENT, from the Contractor to the Subcontractor. Subcontractor hereby knowingiy and expressly assumes the risk of the Owner's nonpayment. Subcontractor furfher acknowledges that to the fullest extent permitted by law, Subcontractor will be paid no mare than the an-EQunt that Cantractor receives from the Owner far the Wnrk and that Subcontractor wili be paid no more than the amount, in terms of percentage of Work campleted, that Contractor receives frnm Owner for the Work. In the event tl�e Owner refuses to pay Contractor far any ar all portions of Cantraceor's Payment Application, 5ubcontractar agrees that Cantractor may decide as to haw mueh of the withheld �ayment is attributable #o the Work �nd Subcontractor is bound by such decisian. 2.4 ln the event the Pay-If-Paid provision ofthis Subcontract Agreement is found to be unenforceable for any reason, Contractor agrees that Subcantractar will be paid within a reasonable time following Contracror's receipt of payment irom the Owner for the labor and materia[s provided by Subcontractor. In tl�e event Contraetor experiences any problem recei�ing payment from the Ownar, and in the event the Pay-if-Paid provisio�� is une��forceab[e, Subcontractor agrees to provide Contractor a reasonable length of time to pursue, at Contractor's discretion, any dispute resalution procedure provided in the Prime Contracior by law against Owner #o enforce Contractar's rights under the Prime Contract and Subcantractor agrees that a period ofat least one hundred eighty {] $0) days foilowing subtnission of Subcontractor's pay reGuest to Contractor is a reasonable length of time for Subcontractor to wait for payment fro�n Coi�tractor, or fi�een {15) days from Cantractor's receipt oF paym�nt fram the Owner, whichever is sooner, provided Subcontractar has fulfil[ed all ather canditions nf payrnent as set forth hereitj. Subcontractor further agrees that in #he event the Owner fails ta pay Gontractor, Cantractor shall have the exclusive right tn develop strategies and exercise such methods it deems appropriate to attempt to recover paymeni from Owner. Subcantractar a�rees that whatever strategy Contractor chooses to emplay shall be deemed reasonable for purposes oiChapter 55 of the Texas Business and Cotnmerce Code, 2.S At Subcontractor's request, Contraetor will provide to Subcontractor inforanation relating to Owner's financia[ inregrity and its ability to pay far the Wor[c under the Contract Documents; such information including informatian specifed in Chapter 56 of the Texas B�siness and Commerce Code. Subcontractor's failure to reGuest sach financia[ information or Subcontractor's receipt of such fnancial information about Owner shall be deemed Subcon#ractar's satisfactian that Owner has the financial wherewithal and ability to meet Owner's o6ligations under the Contract Documents. Subcontractor accepts the risk of pwner's failure to pay for the Work Subcontraetor perforins under the Contract Documenis. 2.6 Contractor shall have bath the express and legal right of set-off fnr any sun�s due Subcantractor under this Agreement or any other agreetnent between Contractor and Subeantractor against sums owed or claimed to be awed to Contractar by Subcontractor under this Agreement or any other agreement between Cantractor aE�d Subcontractor. Contractar may withhold amounts other�vise due under this Agreement or any otF�er agreement between Contractor and Subcontractor to cover Contractor's reasonable estima#e of any costs or Iiability Contractor has incurred or may incur, including fees, costs and expenses for attorneys a�td consu[tants, for which S�bcontE•actor GENERAI. PROVI51qNS — 2025 Page 4 4 SUBCpNTRACTpR�S It+lITIALS �h� CONTRACTOR�S INITIALS BLACKLAND I=�ARTNERS, LLC may be whally vr partially responsible under this Agreement ar any other agreement between Contractor and Subcontractor. Further, payments otherwise due S�Ueantractor may be withheld by Cor�tractor on account of defective Work not remedied, claims filed, evidence indicating probabili#y of filing of claims, failure of Subcontractor ta make payments to its subcontractors, laborers, vendors or suppliers, a doubt that the Work can be completed %r the balance then unpaid or within the Contract Time, evidence indicating thaE Subcontractor is not in good standing wiih #he Texas Secretary of State ar the state in which Subcontractor is organized, Contractor's reasonable Uelieithat Subcontractor lacks financiai viability ta perform under this Agreement, or upon Contractor's 6elief that it has incurred or is likely to incur damages due to Subcontractor's Work ar lack af Work or for any other reason not expressly set forth herein that is included in the Prime Contract whether or not the Owner has actually withheld such funds from the Contractor related ta Subcontractor's Work. The phrase "any other agreement between Contraetor and Subcflntractor " sha11 be deemed ta inclucle any agreement between Subcontractor and Gantractor or any joint venture or other entity in which Contractor andlor Subcontractor have an ownership interest for this project or any otE�er project. Where the term "Contractor" is used in this Paragraph 2.6 hut only for the purposes of this paragraph, it is understood that such re%rence shall include Contractor as well as any affi[iated company, including, bnt not limited to, parent companies, ather entities sharing cammon ownership with Contractor, jnint ventures, and other parmerships in whicl� Contractar has an inrerest. 2.7 Contractor reserves the absalute righ#, but sE�all be under no obligation, tn pay suppliers or laborers af Subcontractor directly and Contractor may deduct same from Subcontractor's Subcontract balance. Contractor maintains the absolute right, in its sole discretion, ta issue joint checks at any time made payable to Subcontractor's suppliers, laborers, vendors or subcontractors and Subcontractor, ar to issue checks at any time directly to a supplier, [aborer, vendor or subcontractor of Subcontractor, with any such payments constituting payment ta Subcontractar under this Agreemenr. 2.8 Subcontractor shall, at all times, assu�ne responsibility for its personnel assigned ta the Project and agrees to strictly comply with all Applicable Laws and obligations as empinyer with respect to said personnel. Subcontractor shall likewise e��sure that each sub-subcontractor entered into iii accordance with this Agreement contains language to the effect that sueh sub-subcon#ractor sE�all strictly comply with all Applicable Laws and obligations as employer with respect to al[ �ersonnel assigned to the Project. If required by the Con#ract Docuinents, Subcontractor shall pay its workmen not [ess than the scale of wages prescribed in the Contract Documents, ar nat less than tl�e scale prescribed by law in ease the Cantract Doc�ments provide no such scale, and Subcontractor agreas to make payments at the times prescribed by the Contract Documents or by law. If scale wages are not required on #he Project, SubcontracEor shalf pay its workmen not [ess than the minitnuan wages rec�uired by a��licable labor [aws. Should Subcontractor fail to observe this n�aterial envenant, Conrracror shall have the optian to either pay amo�nts owed such workmen and charge such amount against the 5ubcontract balance or praceed with termination pursuant to Article 7 of this Subcontract Agreement, S�bcontractor agrees tllat if any governnlental agency for whom Work is to be performed or if Contractor, at iks discretian, requires certified payrolls, Subcontractor shall provide campleted certified payroll reports acceptable to Contractor on such form and far�r,at required by the Contractor or such goveenmental agency. Subco��tractor shalE provide certifiecl payroll reports with suclt frequency as may be reRuired by the Contractor, such governmental agency ar by Applicable law, as defined l�erein. If Subcontractor fails io provide the required certified reports, Contractor may, in its sole and absaEute discretian, may withholcE funds that are otherwise due ti�e Subco��tractor pursuant to this Agreement. Suhcontractor agrees to indemnify, defend and hald hannless fron� Subcontractor's failure to comply in any nianner with tl�e terms of this Section 2,8. 2.9 Subcontractor shall not assign or transfer thas Subcontract or any parc or interest herein, including, but not li��ited to, the right to the proceeds therefrom, without express writEen consent fro�n Contractar, such consent to be granted or withheld in Contractor's sole discretian. lE� the eve��t Subcontractor assigns pr transfers this Subcontracr or any part or interest herein without the express written consent of Contractor, Subcontractor must provid� botl� written and oral notice of the assign�nent or transfer within twelve hours af the assignment ar transfer. Subcoittractor atjd Contractor agree that in any instance in which Contractor may agree to any assignment oF the proceeds of this Agreeinent, even if erroneous or inadvertent, Contractor sl�all in no manner be liable to any assignee of Subcontractor in any amount in excess of nei su�ns owing Subcontractor hereunder, after deducting any amounts %r which Subcontractar may be obligated ar indebted to Contractor under this Agree€nent or under any other agreemenE, ineluding, but not limited to, c[aims received by Cantractor from Su6contractor's subcantractors, [aborers, suppliers or en�ployees. ]n such instance of assignment, Subcontraccor wai�es any claims against Contractor resulting fram Contractar's continued payment to the assignees of Subcontractor, noYwithstanding any notice of terminatian of such assignment. By making an assignment oF the proceeds of the Subcontract, Subconrractor a,�rees to assunae full liaEsility For co���eyance to assignees of any payments mistakenly, inadvertently or otherwise made or adc[ressed to Subcantractor. TO THE FULLEST EXTEN7" PERMITTED BS' LAW, SUBCON`iRAC'�'OR AGREES TQ INDEMNIFY, D�FEND, ANi� HOLD HARMLESS CONTRACTOR FAOM ANY CLAIM OR CAUS� OF ACTION OF ANY ASSIGNEE RELATED T'O �"HIS SUBCON"CRACT. GEN�RAL PROVISIONS — 2fl25 Page 24 SUBCONiRACTflR'S INtTIALS �t� CONTRACTDR�S INITIALS BL.ACKLAN7 PARTN�RS, LLG ARTICLE 3 Qbli�ations of Subcontractor; Releases and Affidavits of Pavment; Liens 3,1 Subeontractar ObliQations. The Subcontract Sum inciudes, and 3ubcontraetor shall pay for, all labor; materials, tools; equipment; suppiies; state, federal, local and a[I other applicable taxes; transportation; starage facilities; offices; tel�phones; submittals; shop drawings; insurance; competent supervision; safety programs; terr�porary facilities and all other things necessary, customary, or reasonably inferable from the Contract Documents as necessary for per%rmance the ofthe Work ca�ered by this 8ubcontract A.greement. Subcontcactor shall cooperate with all parCies in all respects oi the Prnject, including performanee and deliveries during every phase of the Project with the Owner, Contractor, Architect, Engineer, other subcontractors, city officials or o#her authorities having jurisdiction o�er the Project, and third parties wha may be employed ar engaged in activities on or near the site in relation to the Project. The Subcontractor recognizes and ac[cnowledges that their coordination and cooperation obligations are essential terms of this Agreement, and that such nbiigations include mak�ng work areas available to other subcontractors and aceepting occasional disruptions ta Subcontractor's performance of Wark. Subcontractor sliall promptly pay its sub-subcontractors, [aborers, and suppliers upon receipt of paymer►t from Contractor, subject to the Contractor's right to withhold payment as provided herein. As part of the Subcantract Sum, Subcontractor shall secure and pay for al! permits and ,�overnmental fees, lieenses and inspectians neeessary for the proper exeeution and completion of the Worlc. Alf required certificates, tests, test reports, anc[ the like sha[I be furnished Uy Subcontractor upon Contractnr's request. Subcontractor agrees that this Subcontract shal[ be construed as a"Lump Sum" contract, as the sarne is defined in Texas Ta�c Gade Section 3.291 and/or other applicable tax laws, For purposes of sa[es and use tax treatment. The Subcontract Sum includes any and al[ applicable and/or necessary taxes, inc[uding, but not limited to, applicable state and loeal sales and use tax. SubconEractor sha[1 be solely responsible for payment of all such taxes. 3.2 Subcontractor agrees and co�enants Ehat all moni�s received by Subcontraetor for performance of this SuE�contract Agreement shall first be used for the payment of all labor and materials used in the Work. Subcontractor shall ensure that all its sub-subcontractors, laborers, suppliers and employees are at al[ times timely paid ail amounts due iEi connection with the Work. Subcontractor acknowledges and agrees that any failure to make timely payments to its sub-subcontractors, laborers, materia[men and suppliers in accordance with their respective agreements shall constitute a material breach of this Subcontract A�reement. Tt is understood that all pricing rates are good throughout ti�e duration of this Agreement and Praject. No service, equipment, fuel, material, labor, tarif% embargo, or other price/rate increases will be allowed for or related to this entire Agreement and Project, 3.3 As a CQNDITION PRECEDENT #o the payment af any Fay App[icatian, Subcontractor shal[ submit such documentation as may be required by the Prime Contract and/or by this Agreemeni as evidence oi the amounts claimed, Notwithstanciing any requirements ot the Prime Contract, Contractor may further require Subcontractor to (i} produce a sworn affidavit listing all ,sub-subcontractors, materialmen and suppliers tl�at have furnished labor, n�aterial or subcanEracted work to Subcontractor on the Project, along with the amount of each subcontract, purchase order or otf�er contract; (ii) produce a[1 additional docnments that Contractor, Owner, or �w��er's lender may require as a condition ta receipt of pay�nent: (iii) produee waivers of inechanics lien rights (and/or band clai�n rights) by Subcontractor and by alI persons supplying labar nr materia[s or equip�nent to Subcontractor nn the job through the date of the pay application, such waivers being expressly conditioned upon the receipt of payment for the current pay application and unconditional for amounts received in previous pay application in compliance with Subchapter L of Chapter 53 of the "�exas Property Cade and/or provide such other evidence as Contrac#or �nay reasonably require as evidence that cl�arges for [abor and material have been paid. 3,4 Subcontractor shall neither purchase materials nar incur other debts in Contractar's name without Contractor's prior written authoriration. 3.5 Payment to Subcontractnr is specifica{ly agreed not to canstit❑te or imply acceptance by Contractor or Owner of any portion of tlie Wor[c that fails to comp[y with the Contract Documents ar is in any way unacceptable to �wner or Contractor. 3,6 Contractor may withhold amounts otherwise due under this Subcantract Agreement or any other agreement between the Parties, to eover estimates of costs of liability Contractor has incurred or may reasonably incur for which Subcontractor may be wl�olly or partia[ly responsible under this Agreeme�lt or any otlier a,�reement between the Parties. �.7 Samnles. Subinittals and Shon Drawines. Subcontractor shall deliver directly to Contractor copies of shop drawings, cuts, sarr►ples, materiai lists, and other submissions, including mock-ups and temparary structures reGuired ta be appraved by Contractor, the Owner or their representatives ("Submit#als") in accorda��ce with the Contract Docutnents and al[ timeframes established by tl�e Prime Contract, or ifno sucl� timeframe is set out in the Prin�e Contract, within sufficient time so as not to dclay perFormance of the Praject and within sufficient time for Contractor to submit the same within the tinae stated in tk�e Contract Documents. Sub�nittals shall be subn�itted by Subcontractar an such quantities as inay be required by the Contrac# Docume�jfs or, iino quantities are specified, in sufficient Guantities as may be rec�uesied by Contractor. Contractor's review or approval of any Submittals sha[I not alter tE�e requirements of tf�e Contract Docurnents for qualiry, quantiry, fnish, dimension, design or configuration or constitute acceptance by Coc�tractor of any method, material or equipment nnt ultimately acceptable to Owner or re[ie�e 5ubcnntractnr from GENERAE� PROVISIONS — 2025 Page �4 SUBCONTRACTOR�S INITIALS ��� CONTR,4CTOR�S INITIALS BLACKLAND PARTNERS,LLC responsibi[ity for errors of any sort ar from the necessity of furnishing any Wark required by the Gontract Documents. Should Subcontractor fai[ to provide Submittals using the appropriate software mechanism as may be rec�uired by the Prime Contract or the Contractor, the Contractar may withhold payment of any amounts that may otherwise be due ta the Subcontractor until such Subrr�ittals have been properly submitted. After apprnval, Subcontractor sha[1 furnish final copies for field use as may be requested by Contractor. 3.8 Accountin� and Cost Control Records. The Subcontractor shal[ be accountabie for all materials, equipment, and labor being utilized in connection wiCh the Worlc and shall fceep full and detailed accounts and exercise such controls as may be necessary %r proper financia[ management oithis Agree�nent. Subcontractor shall rerain and preserve all Project documentation for at least ten (10) years after fnal payment or longer if required by the Prime Contract or Applicable Law. Contractor and/or Owner shall, during regular basiness hours and upon reasonable notice, be afforded access to, and shall be permitted to audit and copy Subcontractor's Project documentation, incl�ading any drawings, proposals, purchase orders, vouchers, rnemoranda and nther data relating to this Agreement or the Project, at any time. 3.9 Lavaut. Subcontractor shall be responsib[e for performing its own fayout oo the Projeet. Contractor shall provide control points and benchmarks, proper€y corners and huilding camers. Subcontractor shall [ay oat and shal[ be sCrictly responsible far the accuracy of its Work and for any loss or damage to other contractors or subcontractars engaged in work on the site of the Project by reason of Subcontractor's failure to set oUt or perform its Work correcE[y. Subcantractor shall exercise prudence so that actuaE final conditions and detaiis shall resuEt in alignment of finish surfaces that are within inclustry standard tolerances or within those set forth in the Contract Documenrs, whichever are greater. The Subcontractor is responsible for cnordinacion with the Contractor for scheduling the surveyinglstaking required to perFarm tl�eir Wark, coordination will be through email. The Subcontractor shall take effective precautions to protect s�rveying staking outside of excavatian areas. Should it becom� necessary that Contractor perform such layout due to Subcontractor's failure to Fulf il its obligation hereunder, Subconrractor will be charged the cost of sucl� layout. 3.9.] Imvroner Lavout. The 5ubcontraetor shall be responsible for replacement, correction, or repair of work, including that of other trades, resulting from improper layout by Subcontractor. �.9.2 UtiEitv Locates. Prior to mobi[ization and commencement of Work, Subcontractor sE�all obtain con6rmation far the locatiox� of all undergro�nd utilities. Upon comnlencement of Warlc, Subcontractor shall provide Contractor with said utility locate con�irmation to Contractor's Superintendent. 3.9.3 SWPPP Protection. Subcontractar shall replace or repair all silt fencing damaged by Subcontractor. lf silt fenci��g n�eds to be a[tered or moc{ified for 5ubcontractor to complete their work scope, Subcontractor fo notify Cantractor for work ta 6e campleted by others. 3.9.4 Chases. The Subcantractar sha[I assist Contractor witls the coordination of chases, leave-outs, and sleeves within or related ro Subcontractor's Work, including but not limited to al[ electrical components/cE�ases required to perform the Work. 3.1Q Use oiMaterials. AEI materials shall be instal[ed in sfrict aecordance with the Contract Documents, or, in the absence of direction from the Contracf Dacuments, then in strict accordanee with the manufacturer's installation specifications. If Subcontractor is only required to pro�ide Iabor o�� the Project, Subcontractor agrees to use Contractor's materials without waste and agrees fo r�imburse Contractor for any inaterial ruined or damaged because of its negligence or carelessness. Material furnished by Contractor shal[ be considered as de[ivered to Subcontractor when p[aced at the eurb line of the building on the job site in which it is to be used or the piace designated by Coa�tractor. The quantities of material used by the Subcontractor sha[1 be reported to the Contraetor daily. 3.1 I Lien Notices. Subcontractor shall deliver to Co��tractor within forty-eigh# (48) hours of Subcontractor's receipt ail [ien notices or ciaims related to the Prime Contract, this Subcontract or any other claims or filings received by Subcontractor from any sub-subcontractar of any tier, any laborer, mechanic, or materialn�en perforining work upon or furnishing rnateria[s for the work (a "Lien ClaimanE"}, under applicahle lien [aws. If 5uhcon#ractor wishes to dispute a lien or bond claim filed by any Lien Claimant, 5ubcontractor shall pro�nptly advise Contractor thereof in writia�g and I) pro�ide security to ConEractor in such form that is reasonably satisfactary to Contractor covering I50% af the value of such claim or 2) file in tl�e county where such iien claim is asserted a statutory bond in compliance with Chapter 53 of tiie Texas Properry Code (with a copy to Contractor) in an amount sufficient to cause such lien or bond clai�n to be remaved as a matter of record. If Subcantractar faiis to provide sneh security, post such bond, or atherwise fails to cause such lien claim to be discharged within iive (5) days after the assertion or fiiing of such lien c[aim, then Contractor shall be authorized to take whatever actian it deems necessary ta remove such lien claim including, but nat lin�iEed to, providing a bond ta indemnify against the ciaim or satisfying the claim through settlement or paymeE�t. Subcontractor shall be liable for al1 costs arising from sueh claitn i�icluding, but not limiteci to, boE�d premiums, interest, attorneys' fees and claims paid. Such costs may, at Contractor's optio��, be deducted from Subcontractor's remaining Subcontract Sum, be withheld fro�n any payment due Subcontractor or be payable on de���anc! to Contractor. 3.I2 Arbitration to Determine Validi#v of Lien. If Subcontractor or any of its subcontractors, {aborers, vendors or suppliers assert or file a lien or bond claim against the Project, Contractor may initiate an arbitration ta determine the validity oisuch lien or bond claim by providing written notice to the entity or individual asserting tl�e lien GEPFERAI� PROV1510NS — 2Q25 Page �p,�24 SL1BCpi+lTRACTQR�S INITIALS �h� CONTR.4CTOR�S It�lITIALS,�,� BLACKLAN� PARTNERS,LLC or bond clairn. Arbitration pursuant to this section shall be limited to c[etermining whether the [ien or bond claim is invalid and subject to judicial remaval under the Texas Property Cnde ar other Applicable Law, as defined herein. 3,12.I Contractor and Subcontractor have three (3) days from the date Conrractar provides notiee under Section 6.1.4.2 to select an arbitrator. If either Party sho�[d fail to timely select an arbitrator, the selection of the Party providing a choice shal[ so serve. A#inal hearing to determine the validity of the lien or bond claim shall be held no [ater than the 2(1th day af�er Contractor providas notice as set forth in Section 6.1.4.2. 3.12.2 Shaulc[ the lien ar bond claim be faund invalid and subject to judicial remo�al; Contractor may move fnr confirmation of the arbitrator's award in any court of competent jurisdiction. 3.123 5ubcontractor shall obtain the written consent of all i#s subcontractors, laborers, vendors or suppliers to participate in the arbitration descri6ed above and provide this written consent to Contractor immediately upon demand. 3.13 Suvervision & Meetines. Subcontractor shall provide a regular, full-time, fu[I-duration, dedicated supervisory person{s) to act as superintender�t. The Subcantractar's superintendent shall be competent at speaking, reading, wri#ing and understanding the Eng[ish language. The Subcantractor's superintendent shall cam�etently supervise Subcontractor's Work and personnel at the jobsite and will be capable of and permitted ta mak� binding determinations and decisions on behalf of 5ubcontraetor and will effectively coordinate the Work and otherwise interact with Cantractor's personnel, as well as the �arious suppliers, service pro�iders, other subcantractors and other Persons having a bearing on the Project and Work. The Subcontractor's Superintendent shall gain anci maintain the con�idence of Contractar (as to his or her ability to cooperate with Contractor, while effective[y o�erseeing Subcontractor's Work). The Contractor reserves the right to demand replacement of the Subcontractor's superintendent at any time for just cause; at which time Subcontractor will furnish a rep[acement within a time frame that does not E�egatively affect Subcontractor's work or impact tlte constructian sci►eciule. in addition, the Subcontractor's superinte�ident or onsite fareman shall be present (at t�►e Project near the Wnrk} while any and all Work is in progress far this scope of wark, including deliveries. The Subcontractar's superintendent wil[ be required to atte��d and participate in regular and special jobsite meeiings as scheduled by Contractor's superinrendent. The Subcontractar's superintendent shali be required to attend weekly scheduling �neetings at the jpbsite two (2} weeks prior to and while their work is in progress. Failure to attend any scheduled meeting requiring Subcontractor's atrendance without prior excusal by Contractar shall result in a bac[c charge of $Sa{l per occurrence. The construction scE�eduie shafl be updated periodically to reflect the progress of tl�e job and revised as necessary to ensure compliaiice witl� the overall Praject duratian established by the Owner. Weekly scheduling meeti�igs will be held at the jobsite with al[ 5ubcontractors' superintendents. 3.14 Dailv Lo�s & Reoorts. Subcontractar shali complete a daily log and sabn�it the lo� each day to Contractor's superintendenfi. Dai[y lags by Subcontractor shalE be legibly written in Eng[isl�. �acl� daily lo�; shall include manpower couE�ts, equipment on site, significant delivaries, and the assignn�ent of botE� the wark areas and work cotnpleted. 'fhe daily logs should also include any delays or impacfs on Subcontractor's work or overall construction schedule 3.15 Proiect Documentation; As-Builts. At the Project, Subcantractar shall n�aintain one hard copy oi all drawings, specifications, addendums, approved submittals, change orders, and field modificatio�ls relaied to Subcontractor's Work. A,ll sucl� dacuments shali be maintained neatly and orderly, with all changes related to the Work current and up to date. Subcontractor's documents shall be made availabie %e inspectian by Contrac#or upon request. For 5ubcontractor As-Built dncumentation, Subcontractor shall maintain, at the Projeci site, ane cam�lete set oiCo��tract Dacuments marked to recard all clta��ges made during canstruction and in connection with the completion of their work, The Subcontract's As- Bui[t shal[ be n�arked to show the precise location of concealed work and �quipment, including coE�cealed or embedded piping and conduit. At least weekly, Subcontractor must transfer all such infarmation ta the Contractor's overall As-Bui[t record set. The Subcontractor shall submit both a legible hard ca�y and an electronic version (CD, flasl� drive, or err�ail) aftheir As-Built documents to the Contractor upon completion oftl�eir work and priar ta and as a condition precedent to the release of Subcontractor's final payment. 3.1G Mock-Llp. [��cluded as part of the Su6contract Sum, 5ubcontractor shall provide aEl Work ineluding labor and materials ta construct an exterior and, as applicable to Subcontractor's Wark and at the req�est of Contractor, an interior Mock-Up. This Agreement includes the buildout of the mock-ups out of sequence with the rough and finish trade sections and shall be coordinated with Contractor. ln additinn, Subcontractor shall make modificatiot�s ta the applicable Moc[c-Up until Owner grants iinai written acceptartce 3.I 7 Coordination with Qther Trades. Sefore and duri��g execution of its Work, Subcontractar shall be responsible for the con�plete coordination of its Work with the Work of other trades to identify and resolve conflicts. Any and all costs attributable to the lack of planning and coordination will be horne by Subcontractor. Subcantractor has reviewed an understands the elevatian and building/site houndary tolerances allowed by the ContracE Documet�ts far other trades and has included a1l necessary preparatio�� worEc to sub-surfaces to a[low Subcantractor to n�eet tl�ese tolerances re9uired by the Contract Doeuments for this scope of wark. In the event Subcantractor's materials and/or work in place are damaged tl�rough neglect or wi[Iful destruction by athers, Subcontractor must provide adequate written and detailed dacumentation af such damage in a timely manner to enable the Cnntractor to investigate and present the claim to the proper parties. GENERAL 1'ROVISIONS — 2025 Page SUBCONTRACTOR�S INITIALS �M CONTRACTpR�S INITIALS BLACKLAND PARTNERS,LLC 3.1 S Deliverv. 5#oraee, and Handline. The Suhcontractor shall deli�er, unload, store, stock materials inc[uding materials purchased by Contractor and/or Owner for the Froject. Subcontracfor shall coordinate with and get approval from Contractor for the on-site storage locations of materials, equipment, taols, containers, or trailers prior to the delivery anc[ storing of such items. As caordinatec[ �,vith and approved by Contractor, a[I 5crbcontractor supplied materials and equipment shafl be shipped "just in tim�" and on an as needed basis. If Subcontractor is not onsite or unable to unload materiais and Contractor is required to, Contractar may do so at Subconh•actor`s expense. In this event, Cantractar accepts na responsibility for quantity, guafity, protection, or candition ofChe materials. Any items irrtproperly stored will be moved at the Subcontractor's expense. The Contractor reserves the right to have any material removed by Subcontractor as and when requested by Contractor's superintendent. The Subcontract Sum includes all cosEs associated with planning, loading, reloading, unloading, transporting, protection, storing of materia[s, and off-site storage; a!1 to assure t6at all required materials are available as and when rec�uired by the construction scE�edule and as approved by the Contractor's saperintendent. The Subcontractor's materials shall be maintained in a neat and orderly fashion by Subcontractor. Loase and usable materials for this scope of wark sha[1 be consolidated, banded, and inoved forward ar stored by Subeontractor as directed by Cantractor. The Subcontractor shall deliver materials to fihejob site covered and properly marlced to identify the locatian for which they are intended; Subcontractor sha[1 use markings eorresponding to mar�ings shown on the Cantract Documents (rnam number, apt, number, area, sectian, etc.). The Subcontractor shali store marerials nea#ly in a manner to maintain identification, keep them dry and protected against damage from weather, contamination, corrosion, construction traffic, and environmental contaminants by storing offthe ground, using pallets or other supports, and to �ermit easy access for inspection and reloca#ion. Any materials delivered and/or placed on the Praject without Contractor appraval may be rejected, relocated, or remnved from the Project, at Subcantractor's expense. The Subcontraetor shal[ provide all operated hoisting equipment, tools and rigging for unloading, haulin� and handling of a[l items to be installed 6y this Subcontractor and its sub-subcontractors. The Subcontractor shall caoperate with and provide Cantractar loading, unloading and hauling of misceilaneous items as requested, within reason, at no additional cost The Subcontractor shall prnvide and maintain farklift(s), hoist(s), and scaffolding as required, with qualiiied o�erator(s) as required for this scope of work. 3. i 9 General Site Reauirements. Typical site wor[c hours will be 7am — 7pm Monday through Friday and $am — Spm on Saturday, or as atl�erwise provided by Contractor. Exceptions ta these haurs can be made but must be approved by Conrractor's site superintendent. At �io additional cost to Co�itraetor, Subcantractor shall pravide i#s own drinking water and construction water. �nsite parkin,� and stora,�e is to be coordinated with Contractor's s�perintendent. Af) areas that are util ized for parking, storing and staging must be maintained by the subcontractor throughout their scope. Any areas that are damaged by subconkractar in this period will be at the cost of the subcontractor. Subeantractor has included flagmen, if required, in this scope of work. If 5ubcontractor sha[1 prom�tly correct any alteratians it �naEces to 6arricades or traffic control barriers that de�iare from ti�e approved traff c cantral plan. Contractor will install te�nporary construetion fence in and/or around the Project. As caordinated with Contractar and as required for Subcontractor's Work, Subcontractor shall remove ten�porary t`enee as and when necessary %r Subcontractor to perform its Work, �rovided that, the Subcontractor shal[ reinstall any temparary fence (ta its origit�al state or better) taken dawn or damaged by S€�bcontractor before the end of tl�e work day and as needed for public safety. Contractor may provide te�nporary power and maiE� power dis#ribution for constructio�i. However, if additional power is reGuired or pawer is needed in a loeatian not provided by Contractor, it is the responsibi[ity of 3ubcontractor to notify the Contractor so power can be distributed to new Iocations. Contractor may provide limited and �enera! temporary lighting within the structure. The Subcontractnr shall provide extension/power cords as rec�uired to cnmplete S€�bcantractor's Worlc. Tobacco use in any Form is not pennitted in a��y structure in any phase of canstructio�l. In addition, tobacco use is not permitted in any occupied areas (outside or inside}, at a��y tin3e. Tobacco use is not pennitteci in Contractor's job trail�r and/or office. ARTICLE 4 Changes. Extras and Delays 4.1 Chan�es. Subcontractor may be directed in writing by Contractor, without invalidating #his Agree�nent, to �naka changes in the Work (consisting of additions, deletions, or otiier provisions) with th� Subcontract Sum and Ehe Subcontract 7'ime being adjusted. However, in no event shalI Subcontractor be entitled ta an increase in ihe Subcontract Su��� or Subcontract Time greater tha�� such amount or period which the Contractor deems reasonable and appropriately justified under the terms afthe Prime Contract. Subcontractor, prior to the commencement nf such changed or revised Wor[c, shall subEnit promptly to Contractor a proposed written chai�ge order ("PCO") an Contractor's PCO form attached to the Agreemeni as Exhihit B, with written copies of any clain� ar adjustn�ent ta the Subcantract Sum and Subcontract Time for such revised Wark in the nlanner consistenr with, and in accordance wiEh the requirements oithe Contract Documents including fhe Arime Contract. Cantractor may require submissian of comprehensive documentation supporting PCO cost and time adjust�nents, including but not limited to, detailed & itemized cost brea[cdowns, inan-hour �stimates, rates, invoices, periy cash receipts, timesheets, photos, and other similar evidence of incurred or estimated cast and time impacts. As ao express CONDITION PREC�DENT to payment or other relati�e adjustment, no PCO shalE be valid unless Contracror's designated representati�e has signed and approved same prior to tlle perforniance of any el�anged or revised Work. Notwithstanding anytE�ing contained herein to the co�itrary, if it is detennined that the CEI�IERAL PC2pVISIQNS — 2025 Page � SUBCONTRACTOR�S INITIALS �r� CONTRACTOR�5 INITIALS BLACKLAt�f� PARTNERS, LLC Cantractor is not entit[ed to additional compensation from the Owner for any revised ar changed Work for which Subcontractor claims an adjustment to tha Subcontract Sum or Subcontract Time is to be due, Contractor shali not be liable to Subcantractor for any adjustmen€ to the Contract Sum or Contract Time far such Work. 4.1.I If Subcontractor requests a written PCD but there is a c[ispute as to any part of the change, including but not liinited to, the price af and time to complete such changed Work, Contractor shall be entitled to iss�e a written directive to 3�bcon#ractar to perform such change and Subcontractor shall be obligated to proceed with such change without either Party admitting liability for the change or waiving its rights under this Subcon#ract Agreement. Subcontractor shali file with the Contractor within three (3) days beFore commencing performance of said Work, its written itemized estimate for the eost and time needed to perform the a[leged extra Work or changes to be made. Contractor agrees to submit Subcontractor's itemized estimate to Owner for payment. If Su6contractor fails to submit the itemized estimate for cost or time associated with the change before commencing the changed work, Subcontractor wai�ves all claims assnciated with the change and agrees to perfnrm the cf�ange at no additional cost or time. 4.2 Claims Relatin� to Owner. SuUcontractar agrees to make any claims for which Owner is or may be responsible, whole ar in part, {"Owner C[aims") in the manner provided in the Prime Contract or e[sewhere in the Contract Documents, whichever manner is stricter. Subcontractor will provide written notice of any Owner Claims prior ta beginning Suhcpntractar's Wark that is the s�bject of the claim, and within two (2} days of Subcontractor's first knowledge of tE�e event giving rise to the c[aim; otherwise, such claims shaE) be deemed waived. Cnntractor may, in its sole discretion, pennit Subcontractor to prosecute Owner Claims, in the name of Contractor, for the use and benefit of Subcontractor, in the manner provided in the Contract Documents for like c[aims by Contractor upon Owner, at Subcontractor's sole cosr and expense. Sabcontractor agrees that satisfactinn, if any, of Subcontractor's claims by Owner shall be Subeontractor's exclusive and sole remedy for such claims. 4.2.1 5ubcontractor agrees to make any claim, including those related to any increases to the S�bcontract Sum or Sabcontract Time as provided in Article 4, ta Contractor in the same tnanner as provided in rhe Prime Contract for like claims nf Cantractar upon Owner, and in such time as wil) enable Contractor to present such claims to Owner for recognition, review, and assessment. If the Prime Contract is si[enE with respect to any notice provisions, then Subcontractar shall give Contractor written notice of the c[aim wifl�in three (.i) days of #he event giving rise to the de[ay. Such written notice will contain a request for a specifie time extension. Any claim for extension of time not presented by Subcantractor in accordance with this 5ection 4.4 sE�all be deemed waived 4.3 Claiins Relatin� to Contrac�or. Subcontractor shall give Contractor written notice of all claims not included in Paragraph 4.2 of this Subcontract Agreement ("Con#ractor Claims"} within three (3} days of the beginning ofthe event for which s�ch claim is made and prior to commeE�cing with any work related to the claim; atherwise, such claims shal[ be deen�ed waived. All unresalved Contractor Clairns, disputes, and other n�atters in Guestion between Cantractor and Subcoi�Eractor not relating to ciaims inc[uded in Para,�raph 4.2 of this Subeontract Agreement shal[ be resolved in the manner provided in Article 14 I�erein. 4.4 Delays and Time Extensions. Iithe progress oiSubconfractor's Work is subsfantially delayed due to no fault or responsi6i[ity oftl�e $ubcontractor, the�� the Subcontract Tin�e [nay be extended by Change Order but only to the extent an extension is obtained by Contractor from Owner under the Prime Contract. If any delay claim is assessed againsi Contractor which is the total or partial responsibility of Subcon#ractor, Contractor may assess the praportional amount of ti�e delay claim against Subcontractor. Tl�e Subco��tractor's proportional share %r such delay claim may be deducted from the Subcontract Sum, amounts that would otherwise be due the Sabcontrac#or on the Project or shall promptly be paid by Subcontraetor upon its receipt of written dernand irom the Contractor. 4.4.1 Subcontractor shall give Contractor written notice of any claim far an extension of the Subcontract Tiine within three {3} days oFthe evei�t giving rise to the delay along witl� a request for a specific time extension. ]f the claim is for a continuing delay, �ubcontractor will provide an esti�nate oithe total time extension neecled. Once the ca€�se ofthe continuing delay is resolved, 5abcontractor will submit a specific time sxtension. Any claim for extension oftime nat properly presented by SubcanEractor within the written notice period is waivecE. 4.4.2 Gontractvr sl�ail not be liable to Subcontractor for any damages or additional compensation due to acce[eration or delays in its Work unless Contrac#or has recovered damages on beE�alf of Subcontractor fro�n any person causing said delay. It is understood and agreed by Subcontractor that, aparf fcom the recovery provided herein, Subcontractor's S�I�E AND EXCLUSIVE REMEDY FOR DELAY sha[1 be an extension af the S�abcontract Tiine. Except as expressly provided herein, an extension af the Sabcon#ract Time shall be Subcontractor's sole remedy for delay, inefficiencies or loss of productivity incurred because of delay, or because of schedule amendments. 4.S Liauidated Dama�es. 1f the Cantract Documents, provide for liq�sidated or other damages for delay in the completion of the Work and such damages are so assessed, then Contractor may assess ihe same against Subcontractor in �Srnport€on to Subcontractor's sha�•e in responsibility for such delay. Such dama�es may, be deducted from the Subcontract 5um, be withhelcl from payGnenCs due Subcontractar, ar be paid b�� Subcontractar to Cnntractnr upon demand. The liquidated nr other dan�ages far delay provided herein a�•e intended to compensate Owner fo:• Subcontractor's iailure to timely per%rm the VVork. Subcontractor acknowledges tfiat the da�nages suffered by O+i�ner a��dlor Contractor because of its delay are difficult or ineapable oFestimation, the amount of liquidated damages is a reasonable forecast ofjust compensation, and the lii�uidated damages are not a penalty. The liquidated damages set forth f�erein are those da�nages which may accrue to the Owner and shall GENEFtAL PROVISIONS — 2025 Page 1�f 24W SUBCOt�fTRACTOR'S INITIALS �� GpNTRAGTOR�S INITIALS BLACKLAN� PARTNERS, LLC not be construed as a litniiation or waiver of any remedy ar damages ta which Contractor may othenvise be entitled to because of Subcontractor's de[ays in completing the Work. ARTICLE 5 Pavment and Performance Bonds S.I The Subcantracr Agreement will set forth wl�ether payment or performance bands are required from 5ubcontractor. Notwithstanding, Cantractor sha[1 have right ta require suc�a bonds ai any time during the progress of the Work. If payment or performance bonds are required at any time, they shall be for the full amount of the Subcontract Sum, including all addendums or extras. Such bond is to be in a form satisfactory to Contractor and by a surety [egally authorized to write such bonds in the state where the ProjecE is located, Premiums associated with securing such bonds will added to the Snbcantract Sum by Change Order. The failure of the Suhcantractor in promptly provide payment or perfarmance bond as set forth herei�� shall constitute a material breach oithis Subcontract Agreement. 52 In the event that Contractor asserts a claim against any bond pro�ided pursuant to this Article 5, Subcoratractor and Subcontracior's S�rety acknowledge rhat the Contractor, at its discr�tion and upon twenty-four (24) hours prior written notice to Subcnntractnr, rr�ay take any reasonable action ro ensure that the peogress of the Work and the Project is not stopped, hindered or delayed during the pendency af such claim. Contractor shall have rhe right, among other things, to: I) correct, replace or otherwise remedy any defect, deiiciency, or delay in the Subcontractor's per%rmance by any reasonable and expedient nieans; 2) take over or supplen�ent Subcontractor's Work and materials and; 3) employ such additional labor, equipment and materials as may be necessary to cure the default and achieve compliance with the $ubcontract Agreement and tE�e Contract Documents. Such action an the part ofthe Contractor will be without prejudice to the Subcontractor or the Subcantractor's 5urety. Nothing herein shall give rise ro any dury on the part of tlie Contractor to tne Subcontractar ar the Subcontractor's 5urety. ARTICLE 6 Indemnification and Insurancc 6.1.1 iN17EMN1FECATION, TO THE Ft1LLE5T EXTENT PERMITTED BY APPLICABLE LAW, SUBCONTRACTOR SHALL 1NDEMNIFY, HOLD HARMLESS, AND DEFEND CONTRACTQR AND, TO THE EXTENT REQUIRED BY THE PR(ME CONTRACT, OWNER, ARCHITECT, AND TH�IR RE�P�CTIVE AFFILIATED ENT17'I�S, FART'NERB, pFFICERS, DIAECTORS, AGENTS AND EMPLOYEES (THE "INDEMNITEES" AND 1NDIVIDUALLY AN °INDEMNITEE"), FROM AND AGAINST ALL CLAIMS, DAMACES, LOS5E5 AND EXPENSES, INCLUDING, BUT NOi' LtMlTEN� T� REASONABLE ATTORNEYS' FEES, TO THE EXTENT ARISING OUT OF, RESULTING FRaM, OR ATTRIBUTABLE TO 1) THE. VIOLAT]ON OF ANY ORDINANCE, REGULATION, STATUTE OR OTHER APPLICABLE LAW BY SUBCONTRACTOR pR ANY SUB-SUBCONTRACTOR OF ANY TIER ANDIOR 2) BODILY INIURY OR DEATH QF ANY PERSQN, OR FROFERTY DAMAGE, INCLUDING LO�S �F USE OF PROPEATY, ANY OF WH1CH AR]SE OR ARE ALLEGED TO ARISE OUT OF OR tN ANY WAY RELATED TO THIS AGRE�MENT �R SUBC�NTRACTOR'S NEGLIGENT PERFORMANCE OF THE WORK OR OTHER ACTIVITIES OF SIIBCONTRACTOR OR ANY SUB-SUBCONTRACTOR, OF ANY TI�R, BUT QNLY TO THE EXTENT CAUSED IN WHOLE OA 1N PART BY ANY AGT OR OMISSI4N OF SUBCONTRACT�R, ITS 5UB-SUBCONTRACTORS OR ANYONE FOR WHOSE ACTS SUBCONTRACTOR MAY BE LIABI.�, PROVID�U 7'HAT SUBCONTRACTOR SHALL NOT BE REQUIRED TO 1NDEMNIFY OR DEFEND AN INDEMNIFIED PARTY FAOM ITS OWN NEGLIGENCE EXCEPT AS PROVIDED IN PARAGRAPI-3'S 5.1.2. AND 5.1.3. S.l .2 INDEMNITY — BMPLOYEB 1NJURY CLAIMS. 1N ADDITIpN TO THE iNDEMNIFICATION SET FORTH HEREI3VABOVE, TO THE FULLEST EXTENT PERMITTED BY APPLICABLE LAW, SUBGQNTRACTQR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE 1NDEMNIFI�D PARTIES FROM AND AGAINST ALL CLAIMS, DAMACES, LOSS�S AND �XPENSES ARISING OUT QF, RESULTINCi FROM, OR ATTRIBUTABLE TO ANY CLAIM OF BODILY IN7URY, SICKNESS, DISEASE OR DEATH OF ANY EMPLOYEE QF SUBCONTRACTQR, ANY SUB-SUBCONTRACTOR OR ANYONE DIRECTLY OR 1NDIRECTLY EMPLOYED BY SUBCON'I"RAC"I'012 012 ANY OF ITS SUB-SIJ$CONTRACTORS, BROUGHT BY OR ON BEHALF OF SllCH INNRED EMP�:OY�E OR 1�15 FAMILY QR THE EMPLOYEE'S WOftKERS COMPENSATION INSURANCE CARRIER {HEREINAFTER REFER£tED TO AS AN "�MPLOYEE IN.iURY CLAIM"), EV�N TO THE EXT�l�T SiJCH GLAIM, DAMAGE, L05S OR EXPENSE 1S ALLEGED TO BE CAUSED, IN WHOLE OR TN PART, BY THE SOLE OR CQNCURRENT NEGLIGENC� OF AN 1NDEMNIFIED PARTY, 1T BEING THE EXPRESSED INTENT OF THE CONTRACTOR AND SUBCON7'RACT�R THAT, IN SUCH EVENT, TH� SUBCONI'I�ACTOR 1S QBLIGATED Tp INDEMNIFY, HQLD HARMLESS AND DEFEND THE 1NDEMNIFIED PARTIES FROM THE CONS�QUENC�S OF'1"HE1R OWN NEGLICENCE. 6.1.2.1 in c[aims against any person or entity indemnified under this Paragraph 6.I.2 by an employee of the SubcanEracior, a Sub-suBcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Paragraph 6.1.2 will not be liinited by a iimitation on amou��# or type of damages, compensation or benefits payable by or for the Subcontractor or a Sub-subcontractor under workers' GENERAL PRqV[SIOPIS — 2U25 Page 9�24 SUBCONTRACTOR�S INITlALS �� COi�iTR,4CTOR'S INIT€ALS � BLACKLAN� PARTNERS,LLC compensation acts, c[isability benefit acts or other employee benefit acts and shall extend to and include any actions brought by or in the name of any employee of Subcontractor or of any third parly to wham Subcontractor may sublet a part ofthe Work. This liability shal] be enforceable against Subcontractor whether Contractor's damage, loss or expense is or is not established by judgment or arbitration or settlement and wf�ether or not Subcontractor participated in such litigation or arbitration or settlement. 6.1.3 INDEMNiTY — COPYRIGHT INFRINGEMENT CLAIMS. iN ADDIT]ON TQ THE INDEMNI�'iCATION SET FOR'FH ABOVE, TO THE FULLEST EXTENT PERMITTED BY APPLICABL�, LAW, S[3BCONTRACTOR 3HALL INDEMNIFY, DEPEND, AND HOLD HATtMLESS 1NDEMNIFIED PARTIBS FROM AND AGAINST ANY CLAIM, DAMAGE, LOSS, OR EXPENSE ARISING OUT OF OR RELATING TO ANY CLAIM AGAINST OWNER OR INDEMNITEES AS5ERTING INFRING�MENT OR ALLEGED INFRINGEMENT OF A PATENT, TRAI�EMARK, COPYRIGHT pR OTHER iNTELLECTUAL PROPERTY R1GHT iN CONNECi'ION WITH ANY DESIGN FURNISHED BY OR THROUGH SUBCONTRACTOR OIZ IT� 5[1BCON'�RACTORS, EVEN TO THE EXTENT SUCH CLAIM, DAMAGE, LOSS OR EXPENSE i5 ALLEGED TO SE CAUSED, IN WHOLE OR IN PAR'T, SY THE SOLE OR CONCURRENT NEGLIGENCE OF ANY OF THE INDEMNITEE(5} OA ANYONE DIRECTLY OA 1NDIRECTLY EMl'LOYBD BY Tl-iEM, b.1.4 1NDEMNITY - LIEN CLAIMS. 1N ADDITION TO THE INDEMNIFICATION SET �ORTH A�OVE, TO THE FULLEST EXTENT PERMITTED BY APPLICASLE LAW AND PROVIllED THAT CONTRACTOR HAS COMPLIED WiTH ITS PAYMENT OBLIGATIONS A5 5ET FORTH HEREiN, SUBCONTRACTOR SHALL 1NDEMNIFY, DEFEND, AND 1-IOLD HARML.ESS 1NDEMNI�'IED FART[E$ FROM AN17 E1CaA1NST ANY CLAiM, DAMAGE, L05S, Oft EXPENSE AR]S1NG OUT OF OR RELATING TO ANY ALL LiEN OR BOND CLAIMS, OR CLAIMS OF RfGHT TO ENFORCE SUCH L1EN OR BOND CLALMS AGAINST THE CONTRACTOR, THE JOBS'(7'E, "fHE IMPROVEMENT� TO BE ERECTE� THEREON, OR ANY SURETY BOND PROVIDED BY CONTRACTOR TD THE �XT�.NT CAUSED dN WHOLE 4R IN PART BY ANY THE ACTS OR OMISSTON OF TH� SUBCONTRACTOR, ITS SUB-SUBCONTRACTORS OR ANYONE FOR WHOS�. AGTS SUBCONTRACTOR MAY 8E 1.iABLE. 6.1.�}.l Subcontractor shaEl deliver to Contractor within forry-eight {48} haurs oi 3ubcnntractnr's receipt all notices related ta the Contract, ihis Subcontract or any other f lings received by Subcontractor or that are otherwise filed by any sub-subcontractor of any tier, labarer, mechanic, or materialmen performing work upon or furnisl�ing materials for the work (a "Lien Claimant"), under ap�[icable lien laws. If Subcontractor wishes to dispute a lien or bonct claim fifed by any Lien Claimant, Subconkractor shall pram�tly advise Co��tractor thereof in writing and 1) provide seeurity to Contractor in such form that is reasonably satisFactory to Contractor covering 150% of the value of such claim or 2) fi[e in the county where such lien claim is asserted a statutory bond in compliance with Chapter 53 of the 'i'exas Property Code (with a capy ta Contractor) in an amount sufficient to cause such Gen or bonc[ claim ro be removed as a matter af reeard. If Subcontractor fails to provide such securiry, post such bond, or otherwise fails to cause such lien claim to be discharged within ten {10) days afrer the assertian ar filing of such lien claim, tl�en Contractor shall be authorized to take whatever action it deerr►s necessary fio remove such lien claiin including, but not limited to, providing a bond to indemnify against the claim or satisfying the claim through sett[einent nr payment. Subcontractor shall be liable for all casts arising from such claiin including, but not lirnited to, bond peemiums, interest, attomeys' fees and claims paid. Such costs may, at Cni�tractor's option, be deducted fraan Subcontractar's remaining 5ubcontract balance, be witF�held from any payment due Subcantractor or be payab[e on deniand to Contractor. Contractor will be entitled to reimbursement fron� Subcontractor for such costs or may de�uct the same from sums otherwise due Subcontractor. 6.1.4.2 Arbitration to Detennine Validity of Lien. Notwithstanding any pro�ision contained herein to the contrary, in the event that Subcontractor or any of its subcantraetors, laborers, vendors or supp[iers assert or fi[e a Eien or bond claii�l against the praject, Contractor may initiate an arbitration to deter��iine the va{idity of such lien ar bond claim by providing written notice to the entiry or individua[ asserting the lien or bond claim. Ar6i#ration pursuant to this section shall be limited to de#ermining whether the lien or bond claim is inva[id and subject to judicial retnova[ under the Texas Properry Code or other Applicable Law, as defined herei��. 6.1.4.2.1 Contractor and Suhcontractor have three (3) days froEn the date Contractor provides notice under 5ection 6.1.4.2 to select an arbitrator. If either Party should fail to timely select an arbitrator, the selecEion of the Party �roviding a choice shali so ser�e. A final hearing to determine the validity oithe lien or band claim shail be held no later than the 20t1i day af�er Contractor �rovides notice as set forth in 5ection 6.1.4.2. 6.1.4.2.2 Should the lien or bond claim be found in�alid and subject to judicia[ removal; Contractor may move for confirmation ofthe arbitrator's award in ai7y court af competent jurisdiction, 6.1.4.2.3 Subcotttractor shall obtain tl�e written consent of akl its subcontractors, laborers, vendors or suppliers to participate fn t6e arbitration described above and provide this writ#en consent to Con#ractor immediately upnn demand. 6.1,5 Nothing herein sha[l be construed to require SuE�contractor to indemnify any oithe Indem��ified Parties for a claim subject to indemnifcation to the extent caased by or resulting from any lndemnified Party's own negligence anless otherwise pennitted under Chapter 151 afthe Texas Insurance Code. It is agreed that with respect ta any legal limitations now or hereafter in eff�ct and affecting the validity and enforceability of the indemnification obligations in this A�reeme��t, such legal iiinitations are made a part of the i��deEnnifieatio�i obligations to the �ninimum extent necessary GENERAL PROV[SiONS — 2025 Page 12�g%�4 SUBCONTRAC70R'S [Ni71ALS -�M CONTRAC70R'S IN17fAE�5 (_� E3LACKLAND PARiNERS, LLC for this Agreement to con%rm to the reyuirements of such limitaEions, and as so madified, the indemnification ob[igatians shall cnntinue in fuil Force and effect. This indemnification pro�ision is intended to comply with Chapter 151 of the Texas Insurance Code and shall be read as broadly as permitted Eo satisfy that inteni. b.1.6 Neither fina[ payment by Contractor nor acceptance of the WorEc performed by Subcontractor shall constitute a waiver of the foregoing indemnities and the provisions af this Artic[e 6 shall survive the termination or Final Completion of fihis Subcontract and ,shall not be lirrtited in any way by the amount or type oi insurance obtained by Contractor, Owner, any other Indemnified Party, or any of their cansultants, contractors, subcontractars or suppliers, In all contracts between Subcontractor, any of its 5ub-subcontractors of any tier, or suppliers, Subcontractor sha[I require such Suh-subcontractor or supplier to indemnify, de%nd and hold harmless the Indemnified Farties to the same extent tf�at SubcontracEor must inctemnify, defend and hold harmless the Indemnified Parties pursuant to this Article 6. 6.1.7 The indemnification obligations of Subcontrac#or express[y include, without limitation, all expenses of litigatian and arbitration, conrt costs, fees and expenses of attorn�ys, expert witnesses, and consu[tants, arbitrator's Fees and administrative fees and all other costs and expenses of arbitration ar�d/or litigation, arising out of ar in connectian wiEh, or alleged to arise out of or in connection with any claim subject to indemnification and/or the litigation or arbitration of such claim, whether or not the c[aims made %r loss, injury, damage ar property damage are determined ta have merit, and regardless of whether the defense of Contractor is maintained by Contractor or assumed by Subcontractar. If Contractor elects to tender defense to Subcontractor, Subcontractar shall be bound and obligated to assume the c[efense of Contractor in the indemnified c[aims. 6.1.7.1 It is understood and agreed by 5abcontractnr that if Cantractor tenders the de%nse of an indemnified claim ta Subcontractor and, in Contractor's judgment, 5ubcontractor fails or neglects to assume or adequately rrtaintain the defense thereof, Confractor may compramise and settle or de%nd any such suit or action, and 5ubcontractor shall be bound and obligated to reimburse Contractor far tl�e amount expended by it in settEing or compromising any such claim, or in the amount expended by Contractor in paying any judgment renderec[ therein, together with a1l reasonable attorneys' fees and cost of arbitration or litigation incurred by Contractor by reaso�i of its defense, settlement or compromise of such indemnified claims. 6.2 Insurance. Prior to starting the Subcontract Wark, Su6contractor shall procure and maintain in such farm and with s�ach limits constituting the greater of l) those coverages and policy [irr►its set forth herein ar 2) those project specific coverages and pa[icy limits rec�uired of Subcontractor in the Prime Contract, or as set forth it� �xhibit G. To the exrent of any inconsistencies of tl�e coverage requirements set forth herein and ir► the Prime Contract, the Subcontractor shall be deemed to provide the greater of such coverage. To #he extent that Suhcontractor's coverage or policy limits provide more extensive co�verage and/or higher policy limits tl�an those req�ired by the Prfine Cantract or those set forth in this Agreement, in the event of a loss, Contractar shall be entiEled to utilize the greater policy limits or coverages notwithstanding any minimum coverage or po[icy limits set forth herein. 6.2.1 Minimum Insurance Covera�es and Aolicv Limits. Unless such greater coverage or policy limits are required by the Arime Cantract or on Exhibit C attached hereto, Subeontractor shall procure and maintain in force the followii�g n�inimum insurance coverages: {1} stat�tory Worker's Compensation insurance for all of S�bco��tractar's enlployees atthe Pro�ect site, {2) Emplayers Liability lnsurance with $1,000,00fl coverage (each sectio��), (3) Commereiai General Liability lnsurance (including XCCJ caverage by subcontractors involved in utiiity work, excavation, mechanical, electrical andlor plumbin� work), (4) Automabi[e Liability Insurance, {S) Excess Liability (UmbreEla) Coverage of $5,OC10,400 and (G) such o#her insurance, to the extent reqaired by the Contract Documents for the Subcantract Wark, Subcontractor is prahibited iram using any forms that vary frorn the requirements undar 150 Fonn No. CG 00 01 12 04, or its substantial equivalent, and Subcontractor shall notify Cantractar immediately in the e�ent its carrier changes the exclusion pertai�iing to "Employer's Liabi[ity" from anything other than that %und under ISO Form l�lo. CG 00 OI 12 04. Subcontractor shall immediately rectify any in%rior cnverage so that such coverage meets the stated requirements. T'l�e fai[ure of Subcontractor to immediately remedy the inferior co�erage and provide Con#ractor with a copy of the whole insurance policy as evidence tE�at 5ubcnntractnr possesses the requisite coverage shall be a�naterial breach of this Agreen}ent. The Subcantractor's Con�mercial General and Auto���obile Liability Insurance, as reqaired by this provision shall be written for not less than limits of liability as fo[lows: (a) Commercial General Liability $1,d00,0€10 Each Occurrenee �2,i100,0�0 General Ag�regate (per project) $2,�d0,0�0 ProductslCo�npleted Operations Aggregate $I,(100,0(]0 Personal and Advertising Injury (b) Comprehensive A�tomobiie i,iability $1,000,040 Con�bined Single Limit (c) Excess Liability (U���brella} $S,OOO,fl00 GENER,4L PROVISIONS — 2025 Page 1� SUBCONTRACTOR'S INITEALS �h� CONTRACTOR'S INITIALS BL4CKLAND PARTNERS, LLC Any such amount required and listed above shall not act as a cap on the amount carried by Subcontractor. Should Subcontractor carry in excess of the req�ired amount, the additional insured shall have access to the iulf [imits available ta 5ubcontractor. 62.1 The Commercial General LiaL�ility Policy and Automobile Liability Po13cy shall con#ain necessary endorsements listing the Owner, Contractor, and such other parties as may be required by the Contractor, the Prime Contract, andlor the Contract Documents as additianal insureds with coverage an a primary 6asis for the additional insureds (not contributory), and the additional insured endorsement for the General Liability Policy must also include products/cocnpleted operations coverage. 6.2.1. ] The required Excess Liability coverage shaEl be provided in addition to Commercial GeneraE Lial�ility and Comprehensive Autamabile LiaUility caverage, shall be excess aver the Commercial General Liability, Aatomobile Liabiiiiy and Bmployers Liability cnverages, and shalE follow form over the additional insureds on the underlying policies and sha[I be on a primary basis (not contrihutory) for the additional insureds. 6.2.1.2 AI[ policies shall he written through a company duly authorized to transact that cIass of insurance in the state where the project is lncated, shail be with insurance companies acceptable ro Contractor with an A.M. Best rating of A-- VTI or better. 6.2.1.3 To the fullest extent permitted by law, Contractar sha[1 be insured by Subcontractar through Subcontractor's insurance carriers with respect to Iiability arising oui of ar in connection with Subcontractor's Work for Contractor. To this end, the Commercial General Liability shall be endorsed tn name Contractor, Owner, Owner's agents, and such other parties as may be required by the Contractor, the Prime Contraet, and/or tE�e Contract Dacuments, as Additipnal Insureds, to be evidenced or� Form No. CG 20 I O 11/85, or its equivalent, or a form substantially the same as such, whicE� may be used but mUst be submitted and approved by Contractar. The Automabile Liability Policy shall be endorsed to name the Owner, Contractor, and such other parties as may be rec�uired by the Contraetor, the Prime Contract, and/or tl�e Cantract dacuments as additional insureds ancE the Excess Liability policy shakl follow fonn aver the additiona{ insureds on the underlyin� General Liabiliry and Automobile policies. G.2.1.4 Al[ policies abtained by Subcontractor ar caused to be obtained by 5�bcontractor shal[ be endorsed #o be primary and non-contributory to any insurance which may be mai��tained by or on behalf of Contractor. �'he Business Autamobile Palicy shauld be written usin� symbal 1 or in corr►bination with symbols 7, 8 or 9 to include ]iability co�erage %r owned, ��on-owned and hired automobiles. TE�e Cammercial General Liability policy shall be on an "occurrence" basis and shaEl include "Lianits Apply PerProject:' 6.2.1.5 �ubcontractor shall rnaintain all insurance cnverages required by this Subcontract Agreement in force for a period of three (3) years after Final Completioij ofthe Work or such [onger period as �nay be required by the Prime Contract. All continui��g cov�rages shall include Additional ]nsured coverage on a primary and nnn-contributory basis and a waiver of subrogation as reguirec{ herein andlor the Prime Gontract. Subcontractor's completed op�rations coverages will be ke�t in force for at least ten (] 0) years after Final Co�npletion of the Work, or the applicable statute of repase, whichever is longer, to prnvide protection from claims arising fro�n defects in SubconEractor's Work. 6.2.2 AI[ pokicies providing coverage for Work under this Subcontract Agreement shall coniain a waiver of subrogation endorsement in favor of Owner, Cantractor a��d tlieir emplayees. Subcantractor shalf execute a joint agreerr�ent to be filed with the Wor[cer's Compensatian Comrnission stating Subco��tractor is an independent contractor. 6.2.3 Prior to starting the Subcontract Work, Subcontractor shall de[iver to Contractor an original Accord Certi�cate of insurance a��d copies of endorsernenEs accepta�le to ConEractor which evidences the coverages and endorsenlents required F�erein anc[ wl�ich states thaE the covera�es afforded under the policies will not be canceled, terminated or n�ateria[ly modified unless at least thirly (30) days prior written notice is given to the Con#ractor. Ti 5ubcontractor subcontracts any portion of the Subcontract Wnrk, Subeontractor shalk deliver to Contractor for each oi Subcontractor's subcantractors and/or employee [easing/staf�ng cornpa��ies, an ariginal Accard Certificate of Insurance which evideoces tlje same coverages, limits and endorsements required herein and Subcontractor shalE require each of its subcon#ractors and/or einployee leasing;lstaffing comparties to provide the same indemnifications to Contractor that Subeontractor is providing in this Subcantract Agreement. Upon request from Contractor, Subcontraetor shal[ de[iver a certified copy of all policies af'insurance, in whole, required herein. 6.2.4 UnEess otherwise other expressly agr�ed fo in writing by tE�e Confiractor, Subcontractor unclerstands that it is prohibited from �sing any forms that vary from the reyuirements under ISO Form No. CG 06 O1 12 44 and Subcontractor covenan#s and a�rees that it wiIl i�otify Contractor im�nediately in tl�e event af a genera! liability palicy change defining an "insured contracY' any way otE�cr than as found under iS� Farm Nu�nber CG 00 O1 l2 04. Subcantractor shall immediately rectify any inferior coverage so tE�at such coverage meets the stated requirements. The failure of Subcontractor to iinmectiately remedy the inferior covera�;e a��d provide Contractor with evidence that 5ubcontractor possesses #he requisite coverage shall be a material breach of this Agree�nent. 6.2.5 Professionai Errors & Omissians ]nsurance. In the event any of �ubconiractor's Wor[c entails tE�e design or engineering oiany portion of the Work, Subcontractor slial[, in addition to the otlaer insurance provided above, obtain and cnaintain during the course of the Project, professional errnrs and omissions insurance i�� tlie amount of not less than $1,000,€100 or such other limits as may be ret�uired by Contractor or Ow+ner. GEHERAL PROVISIONS — 2025 Page 9 4 SU6COfVTRACTOR'S INITIALS �L� CONiRACTOR'S INITlqLS BLAGKLAND PARTNERS,LLC 6.2.b The insurance provisions in this Agreerr�ent, including, but not limited to, any additional insured provisions are intencEed to comply with Chapter iSl of the Texas Insurance Code and shal! be read as broadly as permitted to satisfy thar intent Tt is agreed that with respect to any le�al limitations now or hereafter in ef%ct and affecting the validity and enforceability ofthe additional insured obligation under ihis Article 6, such legal limitations are made a part ofthe additional insured o6ligation to the minimum extent necessary to bring Article 6 into conformity with the requirements of such limitations, and as sa modified, the naming af additional insured obligation shall cantinue in full force and effect. 6.3 Builders Risk Insurance. Contractor may or may not carry Builder's Risk Tnsurance. Subcontractor acknawledges that the decision ta carry such insurance is solely Contractor's and that Contracror is N07' obligated ta carry such insurance for the benefit oF Subcontractor. Subcontractor agrees that it will assume the responsibility to determine whether Builder's Risk Insurance is in force. Upan written request of Subcontractor, Contractor shall provide Subcontractor with a copy of the Builder's Aisk policy of insurance or any other properry or equipment insurance in force for the Project and procured by Contractor or Owner. If Owner or Contractor has purchased Builder's Risk Tnsurance and Subcontractor recei�es any payment pursuant to a claim made unc[er such policy, then Subcantractor shall pay tl�e same percentage of the deductible that its sk�are of Ehe payment received bears to the total payment mac[e. if Owner or Con�ractor has not purchased Builder's Risk Insurance for the full ir�surable value of Subcontractar's Work less a reasonab[e deductible, then Subcontractor rnay procure such insurartce as wiU pratect the interest of Subcontractar in the Work, at Subeontractor's expense. If nat covered under th� Bui[der's Risk Policy nf insurance or any other �roperty ar equipment insurance required by the Conrract Dacuments, Subcontractor shall procure and maintain, at Subcontractor's own expense, property and equipment insurance for those portions af the Subcontractor's Work which have not been acc�pted. 6.4 Waiver of Subroeation. Subcontractor waives all rights against Contractor, and any af Cantractar's agents and emplayees, Owner, the Architect, separate contractors, and all other subcontractars for loss or darnage to the extent covered by Builder's Risk or any other praperty or equipment insurance obtained by Subcantractor. The policy of insurance nbtained by Subcontractor shall provide such wai�ers af subrogation by endorsement or otherwise. A waiver of subrogatian shall be effective as to Cantractor, and its agents and employees, the Owner, the Architect, separate contracrors, and alI other subcantractors, even though such parties would atherwise have a duty oF indemnification, contractual or otherwise, and/or did not pay the insurance premium directly or indireetly. ARTICLE 7 Schedulin�, Time af Performance, Default and RemEdies 7.1 TIME IS OF THE ESSE�ICE IN TfiE PEREORMANCE OF THIS SUBCONTRACT AGREEMENT. 7.2 Schedule. Subcontractor shall perforrn the Work in aceordance witE� tE�e Project Schedule promul�ated by the �wn�r or Cantractor. Subcontractor will attend a scheduling meeting witF� Contractor to construet an overall schedule forthe project. Subcontractarwil[ provide accurate information on theirexpected durations during tl�is naeetin�;, Subcantractor shal[ cooperate wiTh Contractor to coordinate, schedu[e and per%rm 5ubcontractor's Work to avoid conflicts or inteiference wiCh the Owner's operatians and rhe work of ather trades, to comply with the Project Schedule and ta ensure efficiencies with the Project and the Subcontractor's Work. Su6conEractar shalE be liable to Contractor for failure to adhere #o Contractor's schedule related Eo the Subcontractor's Wark, including ame�idmec�ts #hereto. The Subeontractor's individuaE task/Work durations Iisted in Contractor's Construction Schedule sl�all be completed concurrently as feasible and as reGuired to expedite the Wnr[c and Project. The SubconEractor understands the Proj�ct has an aggressive and fluid scliedule. At a minimum, the Subcontracior sha11 complete each task duration witl�in the duratinns listed in Co►�tractor's Construction Schedule. The $ubcantractor also understands tliat there wii[ be concurrent activitiesltasks/durations/Work on this Project by Subeontractor. Subcontractar has taken into account and made allowance for delays which sl7o�[d be reasonab[y anticipated or foreseeaf�[e, including, but not limitec[ to, delays caused by inclement weather conditians. Subcantractor agrees to staff the Project with the appropriate manpower, equipmer�t, and other ineidental items necessary to meet the Project Schedule. lf requested by Cantractar, 5ubcontracEor shall submit detailed schedules for the performance of this Work in a form acceptable tn Contractor, which shall comply with all scheduling requirements af the Contract Documents. 7.2.1 Contractor's Ri�ht to Modifv Proiect Schedule and Seauence, As cons#ruction pragresses, Contractor may revise the Project Schedule andlor the sequential order ar►d duration oF various canstructian activities Eo account for unanticipated de[ays, occurre�ices and other factors which act to alter the original Project Schedule including those activities conten�plated by, or reasonatrly inferable from, this Agreement. It may be necessary for Subcontractor to prosecute its Work in sucl� sequence as tlie progress of the other subcantractors and the Project 5chedule reasonabiy dictates. Contractor will release updated �-week schedules to all Subcontractors, this Subcontractor must review these schedules a��d adjust �l�anpnwer to remain on pace with this schedule. If Subcontraetor has a conflict with the updated 3- week schedule they must notify the Contractor i�i writing withir� 48-hours af receiving the update. 5cheduling and sec�uencing of the Work shall be the exclusive right of Contractor. G�NERAI. PRpVISIONS — 2025 Page 1� SUBCflNTRACTOR'S INITIALS ��'� CON7RACTOR�S INITIALS BLACKLANQ PARTNERS, L.I.0 7.3 DeEays in the Performance of the Work. To t6e extent that the 5ubcontractor believes tF�at any delay in the Work arises from the acts, errors or, omissions of other subcontractors, the actions of the Owner or the Contractor or other reasons beyond the reasonable contrnl af the Subcontractar, 5ubcontractor shal[ promptly, and in no case rnore than three (3} days afterthe commencement ofthe event giving rise to the alleged delay, notify the Contractor in writing of its claim in connection with the alleged delay. The failure oithe 5ubcontractor to notify the Cnntractor in accarc[ance wi#h this Section shall constitute a wai�er of any c[aim arising from the same. 73.1 Subcontractor Delays. if Contractor believes Subcontractor is behind schedute �vith the Work, 5u�contractor shall, at its own expense, increase the number of shifts, personnel, avertime operations, days of worEc, equipment or any other remedies the Contractor rnay deem necessary to comply with the Schedule and complete the Work. Subcontractor shall pay ali cos#s resulting from its failure to provide needed labor or materials to meet the Schedule. Confractor shal[ be entitled #o direct Sul�contractor to perform such work to reco�er the Project Schedule and shall be entitled to witk�hold all payments due, or to become due, under the Agreement until the Project Schedule has been fully recovered. Upan Contractor's request, 5ubcontractor shall submit to Contractor For Contrac#or's approval a schedule demonstrating how the required rate of progress needed to recover the schedc�le will 6e implemented and mnnitored. Contractar may accelerate 5ubcontractor's performance by directing Subcontractor to increase the number of shifrs, personnel, overtime operations, days of work, equipment or any other remedies the Contractor may deem necessary to comply with the Schedule and complete the WorEc. Provided that Subcantractor is not in default under any of the pror�isions herein, including, but not limited to, the 5ubcontractor's duty to perform the War[c in accnrdance with the rr�ost recent Projec# Schedui�, Subcontractar may assert a claim for the actual, proven incremental portion of such wages paid at rates which have been appro�ed by Cantractor, taxes imposed by law on the incremental porfion of such additianal wages, warker's compensation, levies, and lia6ility insurance on such additional wages when required to be paid by SubcontracEor. 7.4 Performanc� and Termination for Default. Contractor sE�ali have the right, upon written notice to Subcontractor to terminate Subcontractor's right to proceed, in whole or in part should Subcontractor, at any time: (a) fai! to correct, replace andlor re-execute faulty or defective Work and/or materials furnisE�ed underthis Subcontract Agreement; (b) fail to complete or diligently proceed with the Work wi�hin the time required by Contractor; (c) faii to correct ar repair any damage to the Work caused by 5ubcantractor, or those for whom SubcontracEor is responsi6le, or Fail ro protect its Work; (d) refuse or fail to pro�ide sufficient, �roperly skilled workers, adequate supervision andlor materials; [e) damage Contractor, Owner nr niher subcontractor, or cause Contractor to be unable to perfonn ifis contraet�ral obligations; or (� otherwise be in default of any provision of this Agreen�e��t or the Contract Documents. 7.4.1 When any of the reasons described in 5ection 7.5 exist, #he Contractor may, without prejudice to any ather rights ar remedies set farth in the Agreement and after giving tE�e Subcontractor%rty-eigl�t (48} hours written notice and Subcontraetor's faifure within sueh %rty-hours (48) hours to carrect such defau[t or neglect with diligence and promptness or, if such failure cannat be cured within sucli forty-eight (48) hours, provide a plan acceptable to Contractor for commencen�ent and correction of such default or neglect terminaEe the emp[oyment of the Subco��tractor. 7.4.2 In event of such termination, Subcantraetor shall not be entit[ed ta any furtE�er paymenTs hereunder, rvhether dUe ar not, and Contractor shall have the right ta retain the entire Subcontract Sum, eamed or not, due or yet to become due, until the Final Caritpletian of the Project. The Gontractar may �nisl� the War[c by whatever method choases and Subcontractor shall be Eiable to Contractor for all costs of completion. Subcontractor shal[ be liable for all costs incurred due to its default, incl�ding but not lirnited to, Contractor's costs of con�pletion, supervision, correctio�i anc[ other costs resulting from 3ubcontractor's default. In the event tE�e costs of cantpletion exceed the balance of the Subcontract Sum, the dif%rence shal! be immediaEely paid by Subcontractor to Contractor. Contractor may buY shall izot be obligated to notify tf�e Subcontractor's Surety, ifany, ofany anticipated defaultofthe Subcontractor and Surety agrees tha# it shall not be prejudiced by Ehe same. For purposes of this Agreement, S€�bcontractar's failure to perform shall include the faiEure of its lower tier subcontractors and suppliers ta �erforn�. lf the Conteactor terminates the Subcantract for cause which is later found in error or wrongful, then the tern�inaEion shall be cansiderec[ a terminatian far convenience under the provisions of Paragraph 7.9. 7.5 �ther Remedies for Default Other than Termination. Upan twenty-four (24} hours' priar written notice Eo 5ubcontractor, Contracror sha[I have Elie right to correct, rep[ace or otherwise remedy any deFect, deficiency or delay in Subcontractor's performance sE�ould 5ubcontractor at any time: (a} fai) to earrect, replace and/or re-execute faa[ty or defective Work and/or materials funiished under tl�is Subcontract Agreen�ent; (b) fail to comp[ete or diligently proceed with the Work within the time rec�uired by Co��tractor; (c) fail ta carrect or repair any danaage to the Wor[c caused by Subcontractar, or those %r wE�om Subcontractor is responsible, ar faiE to protect its Wark; (d) refuse or fail to prn�ide sufficient, properly skiiled workers, adequate sapervision and/or materials; GENERAL PROVISIO�[S — 2025 Page '[ 4 SUBG�NiRACTOR�S INITIALS ��� CONTRACTOR'S INITIALS BI.ACKI.ANq PARTN�RS, LLC {e) damage Contraetor, Owner ar ather subcontractor, or cause Contractor tv be unable to perfarm its cnntractual obligations; a• {� otherwise be in default of any pro�ision of this Agreement or the Contract Documents. The Cankractor may uti[ize any reasonaG[e and expedient mearts, including taking over or supplementing the Work and materials and etnploying such add'ational labor, equipment and materials as rr►ay be necessary to cure the default and achieve compliance wi#h the Agreement and the Contract Documents without �rejudice ta (1) the Subcantractor or SubcontracEor's Surety; or (2) Contractor's other rights and remedies at [aw ar arising out of the Agreement. Con#ractor shall be entit[ed ta deduct all casts directly or indirectly resulting from Subcantractor's default from the Subcontract Sum, incluc[ing, but not limited to, Contraetar's costs of campleEion, S{]pCCVtSIOri, correction and other costs resulting from Sul�contractor's default. In the alternative, such costs will be payable by Subcantractor and/ar its surety on demand from the Contractor. If the Subcontract Sum ar payments then vr thereaf�er due Subcontractar are npt suffieient to cover such amount, Subcontractar and/or i#s surety, if any, shal[ promptly pay the dif%renoe to Contractor. 7.6 Contractor's Re��edies Arisine from An Emer�e�. If Subcantractor should neg[ect, fail or refuse to perform any portion of its Wark which, by its nature, would constitute an err�ergency or, by its actions, errors or neglects, creates a situation that may cause injury to persons ar property, then Contractor shall have the right, at its sale discretion, and after providing any reasonable form of notice to Subcontractor , to perform such WorEc without prejudice to any other remedy it may E�ave pursuant to this Agreement. Contractor sha[I be entitled to deduct alE costs because of such emergency from the Subcontract Sum, including, but not [imited to, Contractor's costs af eompletion, supervision, correction and other costs. Ifthe costs exceed the Subcontract Sum, Subcontractor shaE[ pay such costs incurred upan the demand of Contractor. 7.7 In tl�e event of elimination or reduotion of the Work by reason af termination or modification of the Prime Contract by the Owner, or a madification of the Contract Documents, or a change in the Work, aither in accordance with the terms of tf�e Contract Dnnuments or 6y default by the Owner, Subeontractor shall not be entitEed to recover from Cantractor �nore than its equitab[e portio�i of any sums acivally received by Contractor for Work cotttpleted. '7.8 Contractor shall have the absolute right to terminate Subcontractar, in whole or in part, for i#s convenience for any reasan. iJpan such receipt of such notice of term ination, the Subcontrantor shall (a} cease operations as directed by the Contractor in the notice; (b) talce all necessary actions to protect and preseive its Wark, and (c) except as atherwise directed by Contractor, terminate all existing sub-subcontracts and purchase orders applieab[e ta the Work. Iithere has been a termination of the Prime Contract fbr the Own�r's convenience, Sul�cor►tractar shal] be paid tl�e amount due for its Work and costs incurred by reason of such teE-mination but only ta the extent that Contractar has received payment fnr such Work and costs fi•om the Owner. [f the Prime Cantract has not been tenninated, 5u�contractor sl�al[ be entitled to recei�e payment for Worlc executed, and costs incurred by reason of sucf� termination, but not for overhead ar profit an tlie Work not performed or executed, 7.9 Termination (whether far cause or convenience} of Swbcontractor shall not be made the basis of any legal actio�� to secure additianal campensation or damages. ln the evenfi oftermination of Subcontractor, Contractor may accept assignment or �ssume a��y oi Subcontractor's sub-subcontracts and purchase orders specifically related to the Wor[c. Additionally, if the 5ubcontractor is terminated for cause, Contractor shall have the right ta exclude the Subcontractor from the Project site and take possessio�� of all materials and equipment, thereon owned hy the Subcontractor or paid for by Contractor which are on fhe Project site, in transit to, or specially n�anufactured for said Wor[t for use in the compietian of the Agreement. �ubcontractor's warranry obli�;ations shall survive termi�iation of this Agreement for a��y reason. 7.10 Bat�kruatcv Proceedin�s or Insolvencv of S�hconEracior. Should Subcontractor become a debtor in valui�tary ar involuntary bankruptcy proceedings, make a general assignment for the beneft of creditors, or if a receiver is appointed because nf its insolvency, it is recag�lized tljat sucl� events could seriously impair or frustrate 5ubcontractor's performance of the Worlc. Accordingly, it is agreed that shou[d Subcontractor becorne a c[ebtor in ban[cruptcy, either voluntarily or involuntarily, Subcontractor shall natify Cantractor in writing within twenty-four {24) hours of such banlcruptcy petition. Further, Contractor sha[l be entitled tn request of Subcontractor or its successors, trustees, or receivers, adequate assurances of future performance of this Agreement. Any failure to provide such assurances within three (3) days of such request sE�a11 entitle Contractor, in additian �o any ather rights and remedies provided in this Agreement, or by law to immediately invoke the renaedies provided in Article 7 and Article 10 of this Subcontract Agreement, and as may otE�erwise be provided. Pe�lding receipt of such adequate assurances of such future performance and �antil actua[ performance of the Work is resu�ned by, or vn behalf of, Subcor�tractor nr its successors, trustees, or receivers, Contraetor may, at its option, proceed with the Wor[c on a temporary basis and may deduct the cost, plus reasnnable overhead and profit, froin the Subcantract Sum or any a��ounts due or which may become due to Subcontractor. Contractor and Subcontractor agree that delays in perforn�ance couid result in more damages to Subcontractor t�►an would 6e sustained if Contractor failed to exercise such remedies and that Subcontractor and its Surety agree that they will not be prejudiced by ConEractor proceeding in accordance with this Paragraph 7.10. Subcantractar further agrees that if Contractor is required to return, refund, or otherwise make any payine�ats ta Owner due tn any preference actinn or similar bankru�tcy proceeding, Subcontractor shall be required to prompfly retum any such Funds previously paid to Subcontractor ta Contractor. In rhe event oisubcontractar's bankruptcy, this AgreeEne��t shall terminate G�NERAL PROVISEONS — 2025 Page 1�}p�24 SU8C4NTRACTOR�S INITIALS �M CONTRACTflft`5 INITIALS 11,� BLACKLANO PARTNERS,LLC if Subcontractor rejects this Agreement or ii 3ubcontractor is unable to give adequate assurance thaE it will perform in accordance with this Agreement or otherwise is unable ta comply with the requirements for assuming this Agreetnent under applicabl� provisions of the Bankruptcy Code. It is understood that the nbligations set fnrth in the preceding sentence are a continuation of the agreement and acceptance af risk set farth in Paragraph 2.1.4 of this 5ubcontract Agreement. 7,11 Right to Receivership. Contractor sha[1 have the right, and 5ubcontractor hereby consents, to the appointment of a receiver by any court with jurisdiction, without bond (or, if local rules require, a bond of nominal amount) ta take charge af the Work and aEl of Subcantractor's equipment, material, toois and other appliances on or near the Praject site and associated with the Work at any time when Subcontractor is in default and such default has npt Ueen remedied or cured to the satisfaction of Contractor. In such event, Subcontractor sf�all not be entitled to reoeive any further payme��t hereunder until the Work is comp[eted. If the ur�paid balance ai the Subcontract Sum sha[1 exceed the expense of finishing the Wor�C, including compensation to the receiver, if any, such excess shall be paid to Subcontractor. If such expense shall exceed sueh unpaid Subeontract balance, Stabcontractor shall pay the difference to Contraetor. The remedies set Forth herein shall be cumulative of and not in lieu of any other remedies available to Contractor at law or in equity. 7.12 Remedies Cumulafiive. No right or remedy oi Contractor contained in this Agreement is exclusive of any other right or remedy, but every such right ar remedy shall be cumulative and sha[I be in addition to and not a limitation of any duties, obligations, ri�l�ts and remedies provided herein or oEherwise imposed or available by [aw. ARTICLE 8 Camaliance with Laws, Permits and l�otices 8.1 5ubco��tractor shali give norices and comply with a[1 laws, ardinances, rules, regulations, and orders of any pubiic authority bearing on the performance ofthe Work under this Agreement including, but not limited to: The OccupaCional Safety and Hea[th Act of 1970; Fair Labor Standards Act; and ather a�plicable labor laws; building codes; federal, state and local tax laws; [ocal building ordina�ic�s; and WarEcers' Compensation Acts ("Applicable Laws"). Subcontractor agrees to cooperare with and assisr Contractor in caordinating procurement oi any additional permits required by App{icable Laws as same may be required. 5ubcontractor has included in the Subcontract SuEn all permit fees, [icensing fees, notices, charges, or other costs arising out of or associated with compliance with Applicable Laws. Subcontractor sha[1 also defertd and haEd harmless Contractor and O�vner from all liability, damages, fnes, and costs arising oat oF Subcontractor's failure To comply with al1 Applicable Laws. 8.2 SUUcontractor warrants and represenis that it is nnt at the present time employing ot� any projecr and will not in the future en�ploy or [cnowing[y allow any of its subcontractors ar suppliers to em�loy or continue iai its emplayment any individua[ who is not lega[ly autharized to work in ti�e United States of An�erica, or otherwise commit any violation of the Immigratior► R�form and Contral Act of 1986, the Immigration and Nationality Act or any other federal, stare or local siatute, ru3e or regUlatian relating to the employment of illegal aliens. As a condition to its heing awarded this Agreeme��t and being pennitted to perform the Work, Subcontractor shall use due dili�ence to verifj+ the wor[c status of aiiy and alE i��di�iduals seeking en�ployment with 5ubcontractor, and shal[ maintain a{l records, doeuments and ather means to verify thac such individual is a citizen or national of the United States af Anlerica, an alien tawfully admi�ted for pen�nanent resic[ence, or an alien who is authorized under the Imcnigration Reform and Control Act af 1986 or by the Attorney General of the United 5tates of America to be hired, recruited ar referred for such employment and shall maintain such records far the period of time required by law. 8.3 Insofar as the Contractor has any obligation for affirmati�e action or otherwise under applicable Equal Empinyment Oppnrtunity Rules and Regulations and various other state and federal non-discrimination laws as they apply to the various forms of no��-discrimination in employment, and as they apply to the employment of l�andicapped persons, as well as that of Vietnam Era Veterans, then this obligation shall a[so extend to tl�e emplayn�ent practices af the Subcontractor. 8.4 �i�plavee Bac�eraund Check Confnnation. In the event the Work is being performed subject Eo application of the Texas Education Code or as may otherwise be req€�ired by tE�e Pri�ne Contract, Subcontractor swears and affirnas that Subcontractnr has obtained, reviewed, and verified as required by Texas �ducation Code, Sectian 22.0834 the national criminal history record infarmation from a law enforceEnent or criminal justice agency for each employee of the Subcontractor and the national criminal history record information from the Texas Departn�eni of Safety far each employee of Subeontractor who (a) have or wiil have continuing duties relaTed to the contracied services, (b) ha�e or will have direct contact with students. Subcontractor further swears and affirms no e�nplayees who meet the requirements of (a) or (b} above have been convicted ofany offense identi�ied in Section 22.085 of ti�e Texas Ec[ueation Code. Subcontractar shal[ submit to Contractor, upon request, the names and recards af al[ employees worlcing onsite. 8.5 In tl�e event of eonftict or ambiguity with any otlier tern�, co�enant or provision oFthis Subcai�tract A�reemen#, the terms af this Article 8 and any Applicable La�v shall govern and contrai. 8.6 TO TH� FULLEST EXTENT PEIZMITTED BY APPLICABLE LAW, SU$CON7'RAC7"OR SHALL 1NDEMNIFY, DEFEND, AND HOLD HARMLESS CONTRACTOR AND ANY PARTIES REQUIRED'i0 BE INDEMNIFIED PURSUANT TQ THIS AGREEMENT FROM AND AGAINST ANY CLA1M, DAMAGE, L05S, GENERAL PROVlStO�iS — 2425 Paga 18r'�4 SUBCONTF2ACTOR'S [NlTIALS ��� CONTRACTOR'S INITIALS,� SLACKLAND PARTNERS,LI.G OR EXPENSE RESULTING FROM ANY FAILURE ON THE PART OF SUBCONTRACTOIt TO ADHERE TO AND COMPLY WITH ALL THE REQUIREMENTS OF ARTICLE 8, INCLUDING ANY F1NES, P�NALTT�S OR OTHER SANCTIONS THAT MAY BE LBVIED OR ABSESSED AGAINST CONTRACTOR AND THE 1NDEMNIF3ED PARTIES , ITS AGEN7'S, SERVANTS AND EMPLOYEES BY ANY GOVERNMENTAL OR REGULATORY AGENCY OR BUREAU ARiSING FROM SUCH VTOLATION. 8.7 OSHA. Subcontractor shal[ coropfy with OSHA requirements pertaining to the Work and will furnish and maintain up to date MSDS and HAZCOM manuals to Site 5uperintendent before cammencement of Wor[c. All hazardous materials and chemicafs delivered by and/ ar generated by Su�contractor befare, during, and af#er the execution of Work for this agreement shafl be the sole responsibility of Subcontractor. 7'he 5ubcantractor's respansibility shal[ include but is not limited to; notices, up to date site specific safety plan, HAZCOM commanicatian, identificarion, permits, records, nionitaring, supervision, storage, disposal, means, and methods. As required and at no additional cost ta Contractor, all hazardous ma#erials and chemicals generated defivered to this site by Subcontractor shall be the sole responsibility of Subcontrac�or and shall be removed from the Project by legal means and methods, by Subcontractor. Subcontractor shal[ conduct tnolbnx safety meetings wiEh its etnployees and any sub-tier subcantractars and turn in copies of al I reparts of such meetings to Contracfor on a time[y basis and at [east weekly, Subcontractor shall maintain all egress as reguired by 05HA for safety. Shou[d any means need ta be reiocated due to work activities, an alternate means of egress must be in place, prior to removal, Eo maintain two means of egress a# all times. 8.8 insnections. When Subcontractor cnnsiders an area ready for inspection, Subcontractor shall suUmit written noti�cation in a form acceptable to Contractor stating th3t the Subcontractor's Work has been inspected by Subcontractor and is eomplete. For al) inspections, Subcantractor sha[1 coordinate and cvoperate with Contractar, city authorities (or otE�er authorities with jurisdiction aver the Froject), and material testing & inspecting agencies that wi[I inspect and/or test Subcontractor's Work for co�npliance with Applicable Law and the Contract Docum�nts. Subcantractor agrees to provide, for all inspections, at [east 48-hour's nntice to #he Contractor to allow time to schedule tF►e inspectior�, fai[ure by Subcontractor to give pro�er natice may result in a delay. Subcontractor shall be present for ail reguired inspections. All cost associated with fai[ed tests, failed inspections or re-inspectio�s wi[1 be paic[ by fhe Subcontractor. AFiTICLE 9 Prn�ection af Work. Safetv and Warranties 9.1 Prntection of Work. Subcontractar shall ef%ctivefy secure and �rotect its �naterials ai�d Work at i#s expense and sha[1 be responsible for the protection and safety of its materials, equipment and Work, whether or not installed and whether or not aecepted by the Contractor and/or the Owner. 7'he Subcontractor is respansible for mai�ntainin� the quality of its work mitil Final Completion, including Wnrk damaged prior to Final Comp[etion. Subcontractor shall repair and/or replace, at the Contractor's option and at Subcantractor's expense, any and ail Work which is stolen, damaged or otherwise fails to comply wlth the Contract Documents, regardless of tf�e cause of such theft or da�nage, and regardless of whether or not such damage or theft is covered by Contractor's Builder's Risk Insurance or other insura��ce. Subcontractor shall be responsible for its proportionate share of any deductible related to a loss covered by Builder's Risk ar other insurance provided on the Project, ln the event of a eovered loss, Contraetor shall have tl�e right to make a reasonable determination regarding the Subcontractor's proportianate share of any [oss and deduct such an�ount from the S�bcontract 5um. 9.2 Protection of Other's Work. Subcantractor shall Eake necessary precautions to protect its Wor[c, tl�e finished work of the Contractor and other trades, and the Owner fron� damages caused by its operations. Subcontractor shall promptly reimburse Contractor andlor ather subcontractors for damages by SubcoE�tractor or a��yone under Subcontractor's control or authority. It is #he responsibi[ity of all trades ta maintain exterior wall systems. For and reiated ta Subcontractor's Work, the Subcontractor is responsible far assaciated penetrations tl�rough eaterior walls If Subcontractor deems that the surface to which its Wor[c is to be applied or affixed is unsatisfactory or unsuitable, written notificaEion of said candition shall be gi�en to Contractor before proceeding or #aking any remedial ac#ion; otiierwise Subcontractor sha[l be respansible and liable for all expense, loss, delay, or damages resulting from Subcontractor's failure to comply witli this paragrapl�. 9.3 Hazardous Materials. Subco��tractor shail comply with the Hazardous and Toxic Substance Act and aIl laws regardina the use, coE�trol and reparting of hazardous materials, Subcontracior n�ust submit to Concractor two {2) copies of 5ubcontractar's Hazard Communications Progra�n and Safety Data Sheets for any hazardous material 5ubcontractor may be using on the Projecr. Subcantractor is responsible for camplying with all OSHA requirements included in the Hazardous and Toaic Substance Act, inciuding, but not limited to, providing infor►nation to any workt7�an on the Project wlta may request such informatian. Subcontractor is responsible for verifying that ali information ineluded within tE�e Hazard Communications Program and Material Safery Data Sheets is current and in compliance with OSHA at all times. 9.4 Safetv• Safety is of the uimast imPartance. Subcontractor shall use an adequate number of skilled workm�n who are thoroughly trained and experienced in the necessary crafts, and coanpletely [cnawledgeable with tl�e specified rec�uirements and the methods needed for proper performance of the Work. Subcontractar agrees to comply GENERAE. PROVIStONS — 2025 Page 19^�.,24 SUBCON7RAC70Ft�S INE7IALS ���� CONTRACTO}i`S INITIALS � Q€ ACKl.ANO PARTNERS, LLC with al[ rules imposed by this Agreement, under the 1'rime Contract, by the Contractor, or Applicab[e Law, including but not limited to drug screening of workers and specialized safety training. Subcontractor shall take a[1 necessary �recautions for the safety oiall persons on the Project and shall comply wi€h all applicable �rovisions of federa[, state and munieipal safety laws and building codes to prevent accidents or injuries to persons or dama�e to property an or about or adjacent to the Project. The Subcotttractor shall correcc safety issues in a timely manner as directed by the Contractar's Superintendent. Contractor does not owe any duty tn ensure that Subcantractor perforcns its Work in a safe manner or is otherwise in accorctance with Applicab[e La�v. Subcontractor acknowledges and agrees #hat Contractar does not retain any actual or constractive control over the tneans, manner or method in which the Subcontractar nr its employees or laborers per%rm the Work. Subcontractor shal[ be responsible for consrant supervision and monitoring of all its employees and laborers. Contractor has no respansibility for th� direction of Subcontractor's safety or the safety of those under the Subcontractor's control. 5ubcontractor agrees to maintain a Familiarity with conditians existing over the entire preniises on which the Work is located so that it wi11 be aware of any dangerous conditions, whether hidden or apparent. Sulacantractor's constant supenrision of the Work and immediate correction in #he case of unsafe canditians inclucies, but is not [imited to, cleaning of the Project site; wearing of hard hats and protective eyewea�; keeping railings, barricades and covers in the proper place and in goad re�air; wearing a[1 neeessary protective equipment; keeping scaffolding and ladders in good repair and in proper use; using pawer tools praperly grounded and in good repair, including electrical extension cords; and providing proper warning to Contractor, its employees, subcontractors and suppliers of any unsafe conditions on the Project. Subcontractor shall provide their own site-speci�c safety plan before eommencement af worEc. Contractor's site- specific plan has yet to be provided, wil[ l�e agreed upon by both parties separate frpm this cor►traet. In addition, the Subcontractor shall pravide the Gontractor's Superintendent a hard cnpy of their company's site-speci�c safety plan in a white 3-ring binder before the con�mencement of this work scop�. 5ubconiractor represents and warranrs that it has not been designated as an Extra-Hazardoas Employer by the Texas Workers Compensation Con3mission and agrees ro immediately notify Cantractor in writing if Subcontractor beeames so designated. Subcontractor's designation as an Extra-Hazardous Employer shall constitute a material defau[t oithis Agreement. 9.5 Warranties. �ubcontractar warrants its Work to Contractor on the same terms, and far the same period, as Co�itractor warrants the Wnr[c to the Owner under the Contract Documents, but in no e�ent shall such warranty E�e far a�ry term Iess than tweive (12) months from the Date of Substantia[ Compietion. Tn addition to any warranty required by the Prime Cantract, in fact or rhat may otherwise be implied by law, Subcontractor expressly wanrants that the Work wi[l (i) conform to the Contract Documents including, wi#hout lirnitation, drawings, specifications, data, samples or o#her documents and information, furnished and incorpo�•ated as part of this Subcontracc and (ii) #hat tl�e Work will be fit and sufficient for the purpose intended, merchantable, of goad material and workmanship and free from any defects. Subcontractor specifically agrees to warrant and guaranty the Wo�•k and to make good at Subcontraetor's expense, any defect in materials or workmanship which may occur or develop in accordance with tFie terms of the Prime Contract. Subcontractor's warranty shall apply to ail Wor[c and material performed by nr nn behalf of Su6contractor, unless the Con#ract Documents contain a stricter stanc[ard in which case the stricter standard shall control. Subcontractor specifically agrees to warra�it and guaranfy flje Work and to make good at SubconEractor's expense, any defect in materials or workmanshi� which may occur or de�elop i��► accardance with the terms of the Prime Cantract. Subcontractor shall provide a dependahle twenty-four-(24)-hours-per-day service contact until all warranties have expired. Service must be available to he perforrned during norn�al working I�aurs of 8:OOatn to S:OOpm Monday through Friday. If the warranty work is considered e�nergency in nature ,after hours work may be required. In ihe event tl�is A�reement is tei7ninated for any reason, Subcontractor's warranties, guarantees and indemnities shal[ survive such termination and remain in fUil force and effect for the period of time peescribed in the Contract Documen#s. If required by the Frime Co��tract, a11 materiaE, equipment, or other specia[ warranties required by tl�e Contract Dacuments shall be issued in the ��ame of the Ow��er, or shal[ be transferable to the (3wner. ARTICLE 10 Defective Work 10.1 Subcontractor shali prompdy remedy, repair, and/or make good a�iy defective or non-cnrnplying materials andbr workmanship to ti�e entire appraval and acceptance of Contractor and Owner. 5hould Subconirac#ar refuse ar neglect to proceed at once with the cnrrection of rejected or defective materials andlor workmanship after receiving written notice to do so, it is agreed that Contractor may have the defects remedied ar changes �nade at the Subcnntractor's expense. Shou[d the Subco��tractor fail to proceed at once with the remetiying or repairin�; any defect, Contractor will he entitled to withhold any a�nount which Contractor deems necessary to cover such costs from the Subeontract Sum from any payment due or to become due to Subcontractor. Ii� the alternative, Contractor rnay ren�edy or repair such defeciive Work and Su6contractar shall pay Contractor the casts of repairs upo�i demand. The rerrsedies described above shall nat be exclusive but shaIl be in addition to all others pravided by this Agreement and by Iaw. G�PlERAL PROV[5[OHS -- 2025 Page 2 a 24 SUBCONTRACTdR'S 1NiTIAI.S JF�i CDN7RACTOR'S INITIALS BLACKLAN� PARTNERS, LLC ARTICLE 1] Clean-ua and �nvironmental Comaliance 11.1 Environmentai Control and Camnliance. Subcontractor acknowledges thai the perforn3ance of the Work will result in an indeterminate amaunt of Waste and I7ebris, as each are defined in Paragraph 1 I 3. Subcontractor agrees to retrieve, pick up and remove and piace at a location designated by Cantraetor all sach Waste and Debris each day during the course ofthe Work and upon completion of i#s Work. Subcontraetor shall clean up to the satisfaction nf the Contractor, the Dwner, and their respective representatives, all diri, grease, marks, anc[ the like on #he walls, cei[ings, floors, fix#ures, and all other surfaces on the Project caused by the Work. The obligations oi this Paragraph 11.2 are addition to the clean-up obiigations detailed herein and shall be subjeet to the same retnedies. Notwithstanding anytF►ing herein to the contrary, Subcontractar shall retain title to and full legal responsibility for any substances brought on the Project by, or on behalf of, Subcontractor anct to a1l Waste and 1]ebris generaced in the performance of the Work. Subcontractor shall keep all Waste �;enerated from the performance of the Work separate farm ail nther Waste generated at the job site. Subcontraetar shal[, in compliance wiEh all Applicab[e La�vs, arrange directly (i} with third party transparter(s) for transportatian, from the Project location, of all the Waste generated in the perf�ormance of the Work, and (ii) wirh third party dispasal iacility(ies) for disposal of all Waste generated in the performance of the Work. In the event that Contractor upan written notice to Subcontractor, contracts with a transporter(s) andlor disposa[ facility{ies) or arranges for the remo�al of Waste, Subcantractor sl�all deposit a[I Waste as directet[ by Contrac�or. At Contractor's sole discretion, Subcontractor shall deposit its Debris in dumpsters ar ather receptacles designated by Contractor. If Su6contractor refuses or fails ta perform the Debris and Waste removal a��d cleaning, the Contractor shall hav� the right a�nd pawer to proceed with c[eaning and remaval and 5ubcontractor will, upon demand, pay to Contractor the actual enst cleaning and remova[. Ii� the alternati�e, Cantractor �nay withhold an amaunt to co�ver such cost from any payments that become due or any other amounts Contractor n�ay owe Subcontractor or deduct such eosts from the Subcontract Sum. 1 I.2 For purposes of this Agreement, "Waste" shall be defined as commercial products or chernicals which are, oft=specificatians, outdated, banned, unused ar left-aver from performance oi the Wnrk, includin,� the containers of same; liquids, gels or other products used in the performance ofthe Wark the residue or unused remainder oFwhich is located on the Project site and sludge from septic tanks and food service grease traps; chemical-containing equipment removed from service, e.g. filters and aceCylene tanks; and includes "Hazardous 5ubstances," which shall mean all pollutants, contaminants, chemica[s, and any nther earcinogenic, ignitable, corrosi�e, reactive, toxic, or otherwise hazardous substances subject to regulation, cnntrol or remediation under applicable enviranmental laws. For purposes oFthis Agreement, "Debris" shal! be defined as all left-over construction material, sceap, boxes, crates, packin� materials, plastic coverings, wood, meta[, carpet, flooring steel and otl�er rubbish not incarporated inta the Wor[c that is not Waste as defined above. 1 l. 3 5hould the Wark include "demolition" ar "renavation", as those terms are defined in regulations promUlgated by tl�e State of Texas, at TAC Title 25, Part 1 Chapter 295 Subchapter C Section 295.32 et seq., or the U.S. Environn�ental Protection Agency, at 40 CFR 61.141 et seq., Subcontractor shall be deen�ed for all purposes the 'bwn�r" and "operatar" of the site af tlie Woric and shall satisfy al1 legal obligations, including withaut limitation, ad�ance notice reqvirement applicable to sucE� demolition or renovation, ai�d shall demonstrate to Contractor that such obiigations have been and will be satisfied. ARTICLE 12 Use of Contractoa•'s �puinment and Materinls 12.1 The Subcontractor sha11 be responsible for un[oading and hoisting a[1 its materials, supplies, tools, and eGuipment ta ensure timeiy completian oithe Wnrk, and in st�ch manner as to not in�pede the Work or progress of any other sabcontractar. 12.2 The Subcontractor, its agents, employees, subcontractors, or sup�liers shall not use Contractor`s equipme��t without the express written permission from Contractor. If Subco��tractor makes use of Contractor's eGuipme��t and/or materiais, it shall pay �or such services, unless otherwise provided in this Subcontract Agreement, and shall indemnify, de%nd and hold harmless Contractor from at�y and all dai��ages arising out of Subcontractor's use of Contraetor's eqUipment. ARTICLE 13 Restrictions on Assi�nments. $uaervision and Cooaeration with Others 13.] Subcontractor's responsibilities and obligatinns under this Subcontract Agreen�ent constitute no�l- delegable personal services. Subcontractor sl�al) imt assign responsibility far performance or sub-subcontraet Ehis Agreement or any part thereof withaut �rst obtaining writte�� consent af Contractor. Subcontractor sl�all not assign or attempt to assign any funds aecrued or tn be acerued under this Agreement without first obtaining Contractor's consent and no such assi�nmenf shall be binding on Contractor un[ess and until accepted in writing by Contractor. Contractor shal[ not be obligated in a��y mannerto execute or honor ai�y joint check or factoring agreement, assignment ofreceivables pr other similar agreements entered into betwe�n Subcantractor and any third parry. Contractor may choose to honor a jnint check agreement according to terms established by Contractor. 5ubcontractnr warrants that it has suffcSent financial resources to perform its obligations underthis Subcontract Agreement and thatjoint check agreements are not a condition GEN[ERAL PROV[SIpNS — 2025 Page 2�2_4 $UBGONTRAGTOR�S INITIALS ��� CONTRACTOR�S INITIAL5 BLACKLAND PARTNERS,LLC far �ubcantractpr to obtain services or materials from its suUcontractor, supp[iers or materialmen, TO THE FiJLLEST �X'T�NT P�RMITTED BY k..AW, SUBCONTRACTOR SHAI_,L IN�7EMNIFY AND HOLD HARMLESS CONTRACT�R FROM ANY CLAIM ARISING FROM CONTRAC'COR'S ISSUANCE OF JO1NT CHECKS TO SUBCONTRACTOR AND 1T5 SUS-SUBCONTRACTORS, LASORERS AND/OR SUPPLIERS AND HEREBY WAIVES ANY CLAIM ARISING FAOM CONTRACTOR'S ISSUANCE OF ]OINT CHECKS. ARTICI.,E 14 �isputes, Arbitration and L'rti�ation 14.1 Di� Spi1tCS. if th� Prime Contract provides for specific dispute resolution procedures beriveer� the Contractar and its subcontractars related ta the per%rmance of the Work, then the dispute reso[ution pro�isions of the Prime Contract will apply. Otherwise, should any disp€�te or cantroversy arise between Contractor and 5ubcvntractor concerning any matter involving or arising out of the Agreement, the following procedures shal[ apply: (a) Such dispute or controversy shall be submitted by one Party to the other in writing; (b) The parties, utiEizing personnel and representatives authorized to make decisians on their behalf, shal[ make a�ood faith attempt ko settle such dispute either farma[ly or infonnally; and (c) If such dispute cannot be settled belween the parties, then the written orders or direction ofContractor shall be followed by Subcontractor without waiver of Contractor or �u6contractor's c[aims, disputes, ar demands arising from the Contractor's issuance of such arders or the Subcontractor's adherence to the same. Subcontractar shall continue to perform its obligations pursuant to this Agreement c[uring the pendency of any dispute arising between the Contractor and Subcontractor unless it is otherwise express[y permittec[ to suspend its performance in accordance with this Agreement or by AppEicable Law. I4.2 Arbitration. Un[ess otherwise required by the T'rime Contract, any disputes or controversies not resolved ar settled by the Parties shall be submitted to arbitration for a final and binding determination. Unless otf�erwise agreed to by the Parties, ArL�itration shall be conducted ir� accordance with the Constructio�� Industry Dispute Rules and Mediation Procedures established by the American Arbitration Association in eF%ct as the date of the filing and judgment upan the award by the Arbitrator(s) may be entered by any court having jurisdiction. UnEess a specific local is established by the Prime Contract, the [ocale of any arbitration shalE he Dallas County, Texas unless Contrac#or agrees otherwise. I4.2.] Consolidation or Joinder. Subject to applicab[e arbitration rules, �ither Party may consolidate an arbitration eonducted under this Agreenlent with any other arbitration to which it is a Party provided that {1) the arbitration agreement governing the other arl�itratian p�nnits consolidation, (2) the arbitrations to be consolidated substantially in�olve re[ated questio��s of law or fac�, and (3) the arbitrations employ reasonably similar procedural rules and metl�ods for selectin� arbitrator(s}. Either Party may include by joinder persons or entities substantia[ly involved in a eoanmon c�uestion of law or fact and whose presence is rec�uired if comp[ete reiief is to be accorded in arbitration, provided that the Party sought to be joined consents in writing in such joinder. Consent to arbitratinn involving an additional person or entity shall nat constitute consent to arbitration of any claim, dispate or other matter in question ��at described i�� ti�e writ�en consent. 14.2.2 If, for any reason, it is determined that the dispute is not subject ta arbitration, unless a specific locale is established by the Prime Contract, the venue oia�y sucl� litigation shall be any eourt ofcompetentjurisdiction in Dal[as Caunty, Texas. in the event ar►y dispute is required ta be resalved through litigation, DUE TO THE SPECiALIZED NATURE OF CONSTRUCTiON LITIGATION, EACH PARTY HEAEBY WAIVES IT5 RIGHT TO A TRIAL BY JURY. Tlie law applicable to any arbitration or litigation concerning or re[ating to this Agreement shall be the laws of the 5tate of Texas. Disputes involving tiie Owner shali be resolved in accordance wiEh the dispute resolution procedures set forth in the Prime Contract. In the event there is a prior pending dispute between Contractor and Owner or a should any dispuEe arises between them, then Coniraetor and Subeontractor agree to voluntarily abate any claims, arbitration proceedin�s, or litigation until Contractor's dispute with Owner is resolved. If such claina or disp�te concerns or tauches on the periarmance af the Subcontractor, Contractor may jain the Subcontractor in any suclt proceedi��g. 143 Attarnev Fees and Leeal Exnenses, Tlie Prevailing Party, as defined herein, in any claim ar dispute arisin�; out of or related to this Agreement shall be e��titled to recover as part of any award for damages its reasonable attorneys' fees, expert wihiess f�es, and other expeE�ses reasonabfy incurred in preparation for or during mediation, arbitration or litigation and any confinnation proceeding or appea{, in acEdition to such otE�er relief to which tl�e 1'revai{ing Party is entit[ed. The "Prevailing Parry" shall mean the Par�y receiving affirmative reli�f in such form or amount that is substantia[ly similar to the recovery or award sought in any final and bi��ding dispute resoiution proceeding as may 6e determi�led by the �nal finder of fact. In the event there is not a Prevailing Parry, as determined by tl�e final finder of fact, then each Party shal) be responsible for their own legal expenses. 14.4 Any arbitration demand or lawsuit regarding any dispute arising from or in any way cannected with this Agreement ar the Work hereunder, shall be iiled with the American Arbitration Association or, if applicable, in the appropriate court of law no later than the expiratian of two (2} years and one (1) day from the date af the event giving rise to the claim. If the contractual limitations period set forth herein is held to violate Section 16.07Q af the Texas Civil GE�IEFtAL PROVISIONS — 2025 Page 2�q�24 SUHCO�ITRACTOR�S INITiALS �h� COAlTRACTOR�S INITIAL5� BLACKLANl7 PARTNERS, LiC Practice anc[ Remedies Code or other Applicable �.aws, then this pro�ision shall be reformed to #he shortest possible statute af limitations and/or repose. 14.5 Subcnntractor sha11 inciude the requirements ofthis Article 14 in all sub-subcantracts it may enter into for any portian of the Work. ARTICLE l5 Misceilarseous Provisions I5.1 Captions. Captions or paragraph headings included in this Subcontract Agreement are far reference purposes on[y and shal[ not modify or limft the statements contained herein. I5.2 Interpretations. All words in this SuUcontracf Agreement sha[1 be deemed to include any number or gender as the context or sense nf this Subnontract Agreement requires. The Parties agree that this Subcontract Agreement shall, in the event af any dispate over its meaning or application, be interpreted fairly and reasonably. 15.3 Notice. All notices reGuired under this Subcontract Agreement shalk be sent via certified mail return receipt requested to the address set forth in the Agreement, via facsimile numUer listed on the Agreement, via hand delivery to the office set forth in the Agreement, or via email Eo the address set forth in tE�e Agreement Notwithstanding anytf�ing herein to the contrary, eEnail norifications shall be sufficient far any notices required under the Contract Documents regarding nntice of Suhco�3tractor's defaults and de�ciencies under the terms of this Agreement. Subcantractor and all of its subcontractors, Eaborers, vendors and suppliers agree to maintain a fu[ly valid and aperationai emaii address at ali times during the performance of the Work. Verba[ notification to Contractor by �ubenntraotor will not satisfy the notiee rec�uirements herein. To the extent that any natice provision oithis Agreement vialates App[icable Law in that it is too strict or restrietive, the provision shali be automatically modified to the minimum extent necessary to meet the standards mandated by Applicable Law and shalE nnt be voic[. [ 5.4 Severabilitv. In the event one or inore of the provisions of this Agreement or any application thereaf shall be invalid, unenforceable, or illegal, including, but not limited to, any artempted waiver of Chap#er 56 of the Texas Business and Cammerce Code or app[ica#ion of any indemnification obiigation pursuant to Chapter 151 of the "I`exas Insurance Code, the va[idity, enforceability and legality of the remaining provisions and any other application thereof sha[1 not in any way be impaired tliereby. 15.5 Entire Aereenient and Atnendrnent. This Agreement contains and includes the entire �anderstanding nf the parties. Any oral agreements, prior proposals, unclerstandings, and correspondence are I�ereby s�perseded by this Agreement. Yn addition, Subcontractor waives any claim for fraudulent inducement with respect to this Agreement. This Agreeme��t may be amended oniy by an instrument in writing signed by the Parties hereta. 15.b Labor Disputes. Conreactor has no cantrol nor see[cs any control over the labor relations policy of Subco��tractor. Subcontractor agrees that, in the event that any labor dispute or strike impacts the performance of the Wor[c, its employees will either cross any established picket lines or enter the job site tl�rau�;h a different entrance. In the event that such [abor dispuEe directEy involves 5ubcontracror's personnel, �ubcantractar shall establish a separa#e entrance to the job site as directed 6y Contractor. Failure of Subcontractor to man the job wit17 a suffieient number oi skilled workmen during a iabor dispute shall not be a defense to Gontractor's remedies under fihis Agreement. 5ubcontractor agrees that Contraetor may take all remedies provided in the Agreement including, but not lin�ited to, Article 7 or Article 10 shauld Subcontrac#or delay fl�e job as the result o�'a labar dispute of any nature. 15.7 Independent Contractor. Subcontractor shall 6e an independenE contractor under this Agreen�ent and shall assun�e all ofthe rights, obligations and liabilities applicable to it as such independent contractor hereunder and any provision in the Agreement wi�ich may appear to give Cnntractar the righE to direct Subcontractor as to the details of doing tlie work or as to the exercise af a measure of control over the Work shall be deemed to mean that Subcontractor shall foilow the desires of Contractor in the results only. 15.8 Privi . To tl�e fu[lest exte��t per�nitted by law, until Suhcontractor's obligatians undertl�is Agreement are con�pletely fulfilled, Subcontractor agrees no# to perform any Work directly for Owner or any of its teiiants or deal directly with the Owner's representative in connection with the Project, unless otherwise approved in writing by Contractor. All Work for this Project peri'ormed by Subcontractor shall be processed and handled exclusively by and thraugh Contractor. 159 Smokin�. Subcontractor shall ensure that Subcontractor and all of its subcontractors, laborers, s�pp[iers, vendors and employees are at a[I times in compliance with Owner's and/or Coijtractors no smoking policy on the Project. Ifany person is found in violation of this policy, they wi[I be subject to disciplinary actians. 15.I 0 Confidentialitv. Subcontractor ack��owiedges that certain of the Contractor's valuable, confidentia[ and proprietary information, including information regarding clients of Contractor, n�ay en�ne into Subcontractor's possessioi�. Accordingly, Subcontractor agrees to hold all infarmation it abtains from or abaut Cantrac#or in strictest confidence, nat to cantact clients of Contractor far the duration of the perfarn�ance of the Work, not to use such inFormation nther than for the per#�ormanee of the Wark, and to cause any of its e�nployees, subcontractors, suppliers, vendors ar laborers to who�n such infonnation is Eransmitted to be bounct to the same obligation of confidentialiiy to which Subcpntractor is bound. Subcoi�tractor shall not comnlunicate Cantraetor's infonnation in any form to any third party without Contractnr's prior written consent. In tlie event af any violation af this provision, Contractor shal l be entitled to pr�[iminary and pemianent injunctive relief as well as a�� equitable accott�ltii7g of all prafits or 6enefits arising out of GEN[ERAL PROV[SIONS — 2025 Page 23 4 SUBCONTRACTOR'S 1NiTIALS ��'' CDNTRACTflR'5 INITIALS BLACKLAN� PARTNERS, LLC such viola#ion, which remedy shal] b� in addition to any other rights or remedies to which Contractor may hE enti#led. Further, Contractor shali be bound to the Owner to preserve 4wner's confidential infornlation as the Cantractor is �ound to the O�vner as pravided in the Prime Contract. I5.11 Reauest for pocuments. If Subcontractnr is presented with a request For docuinents by any entity, governmenta] or administrative agency or with a subpoena duces tecum regarding any records, data or documents which may be in Subcontractor's possession by ��eason of this Agreement, Subcontractor skaal I irramediately give written notice of same to Contractor so that Contractor wsll have the opparCunity to contesf such process by as�y means available to it 6efore the records or documents are submitted ta a court or ofher third party. Su6contractor shall noi be obligated to witlihold t[�e delivery of such documents beyond the Eime ordered by the court or governmental or admii�istrative agency, unless the subpoena or request is quashed ar the time to praduce is otherwise extended. 15.12 No general or liinited partner, manager, irem6er, officer, director, em�loyee or shareliolder of Contractar shall be personalEy lia6le for the performance of Catitractor's o6ligations u��der this Agreement. The liability of Contractor for Coniractor's obligations under this Agreeme��t slzal] be limited to the amount of the 5u6coi�tract Sum, and Subcontractor shall i�ot look to any of Contractor's other assets for enforcement or satisfaction of a�iy stich abGgatian, nor shall Subcoi�tractor seek recourse for such e��forcement or satisf'action against ai�y geileral or limited partner, mana�er, member, officer, direction, employee or sl�areiialder of Contractor. 15.13 Supervision of Work. Subcontractar shall be solely respo�isible for, and I�ave coi�trol over all portians of the Work in accordance with this Agreement. 5hould ii be necessary in Contractor's reasonabEe opinion, for CoitCractor to use its own supervisors to mana�e Subca��tractor's laborers, suppliers, subcontra�tors, vendors or employees on tf�e site, Subcontractar will be charged each day that such supervision is made necessary. A�reed and Accepted: VENUS CONSTRtICTION C�MPANY ��: � � i�E1�iJC�� Subcqntractor Signature Josh McAda Title: Vice President Date: � [i12112025 GENERAL PROVISIONS — 2025 SLJ6CON'�RAGTQR�S INITIAL5 �'�` BI.AC'IkLp\p PARTNERS, LLC By: Contrac or Signature Chase Beauregard Vice President Date: � � �� 1 �(�-,�t1�, BLAGKLAN� PARTNERS,LLC Page 2A(pf�4 CQNTRACTOft`5 I NITIALS _� ExxisiT A SCOPE UF WORK � � a The follpwing is not intended ta be a�nmpleie list of +uork items to�ered by this subcontract. This scape list is included for use by tiie by the Subconiractor, at th� discretion af the Su�contractor as a theck !is't af the majar tqmpnnents of the wori<. [ief�r to the contraci documents which describe and detail the tomp[eie stope of work. This Exhibit A shall nnt relieve the Sul�cantractar frnm cnmplying with o�her segments of Che Prirr�e Contract, Subcontract Agreement, Contract Dncuments, ANJ (authorities ha�ingj�risdittian), and city builc€ing Codes. S�ould this scope of wprk cnnflict with other aspects of the Prime Contract, Su�acontract Agreement, Exhibit A, Carttract Qocumer�ts, building cod�s, AHJ, or tity requirements, the rnore stringent requirement shall prevail. PROCORE. Af�er access 9s granted by the Contractor, the Subcontractor shal[ use ProCore� far �" access ta Project documents, such as plans, RF[5, submitta[s, re�isions, etc. TEXTURA. Subcontractor acknowledges that this project uses �'extura for ail billing related to 2. the jo6 and agrees to complete and comply with all related requirerr�ents. AI[ fees, if any, for Subcontractor's use of Textura ha�e iaeen included in the Subtnntract Sum. BO[VDS. The Subcontractar has included alf scape related required maintenance bonds to the �' City of Fort Worth, or other AHJ, as requirecf. If fuel is stored on site, pro�ide a lined, containrr�ent basin of size to eontain gal[ons of tank 6' storage. Oil changes af equipment on site requires disposal of old in container by service. Subcontractor to provide rnaierial submittals, sarnples, design, engineering anc[ starnped shop drawings far this scope of wark as necessary. 7he work is ta be completed under the seal and supervision of a Texas registered professiana[ engineer where required. Subcontractor to get 7• all submittals, sarr�ples and shop drawing to the Contractor in a 2-week timeframe once the contract is released by Contractor. If su6mittals, samples or shop cirawings wil[ take langer than 2-w���s the Subcontractor must immediately notify the Contractor to make sure it doesn't affect the averall sehedule. $ Afl workto conform to all necessary codes and City of Fort Worth requirements. This includes any and all City Amendments. g Subcontractor to be responsible for alf scope related ancE required permits, fees and inspectians. 5ubcantrattor to vaiidate on GCs 6ui[ding permit. Subcontractor aeknowledges the plans, specificatians, 6eotechnical Report regarding re- 10. moisture conditioning and will perForm earthwork as indicated in the report and in compliance with the contract docu�nen'rs. Any import select-fill material will be tested and approved by the project testing lab for �� conformance with the Geotethnical Repar# pripr ta the commencement of wprk. Imported soils must also meet environmental requirements as clean fill for the site specifieations and requirements. � 12. All cuts and fills tn be staked and graded to �/-.10' net tolerance n# design grades. 5ubcontractor to pro�ide surveying for a[1 of their work activities. Contractar to bring control 13. and benchmarks to the site for Subcontractor to pull from. Subcontractor to sur�ey the site and In emaii confirm the accuracy of the existing topogr�y documentation. Subconiractor is ta verify, SUBCONTRACTAGREEMEN"f —2U25 EXHIB[7,A—SCOPE OF WORK $LJBCQNTRACTpR'S INITIALSJh� Bi,ACKLAN[7 PARTNERS, Page 25 af CONTRACTOK�S INii'IALS� In accordance with the Cantract Documents, p[ans and AHJ, S+abcontractor shall provide la6or, 4. supervision, administration, materials, equipment, hoisting, etc. for a complete turn-key Wet U�ility scope, inc[uding but nat [imiYed to the follawing: S Includes all costs for mobilization to the site, including all necessary equipment, materials, labor, etc. befare any grading work is done, that the grades represented in plans fairly represent those in field and Subcantractor accepts the site "as is° with no request for change. 14. 5ubcontractor to compact their work and activities as required per the contrac� documents. 5ubcontractor to coordinate with Contractor and testing agencies as required to verify. 1� 5ubcontractor shall b� r�sponsible for l�ackfilling all trenches (in dirt or streetsJ. As required, street will be demo (concrete, aspha[t etc.) by this Subcontrac€or as well including haul nff. 5ubcontractor to include alf traffic control, asphalt/concrete cutting and repairs, replaeement of 16. asphalt/concrete per plans anci specifications and city standards. Subcantrattor has also included all required p�rmits, fees, and inspections required to perForm work. Subcontractor is responsible for site drainage during construceion in relation to their scope of 17. wor[c. Subcon�ractor is to ensure that there are na blocfcages, berms, dirt piles, etc. generated durin� the entire course of the 5ubcontractor's scape of work. 5ubcontractor shall provide dust control while on site. All adjacent streets and property sha[1 be 1�• lcePt clean of scape related dirt and debris. Subcontraetor includes street sweeping as required for their scape of worfc. �9 Subcontractor incluc[es inlet protection through substan#ial completian o� Subcontractor's scope af work. Z0. �. main mobilizatian and 1 punch mobilization is included. 21, 5ite Utifities: Site Utilities shall include public and private: * [PRC Water and Sewer • IPRC Water Impro�ements and associated material as required as noted on the �2' contract documents. + [PRC Sanitary 5ewer and associa#ed maYerial as required as noted an the contract documents. Piping - Furnish and install all piping required for site utility systems. This is to include but not limited to: • Subcnntractor to mark ends of sewer and water lines with 2x4 wood stakes 2-3 ft. above grade for visibility. • Staking and layout is included. • Piping, water service lines, fire proteetion risers, fittin�s, val�es, fire hydrants, drains, inleis, and other items related to damestic water, sanitary sewer, storm sewer • Structures, suth es area inlets, catch basins, area drains, trench drains, manholes, manhole covers, juncfiion baxes, meter bnxes or �aults, irrigation meter t�ox, tops, be they cast in place reinforced concrete, precast concrete are ineluded. This includes modification of existing struc�ures to accept new work per pfans. • Connection to existing public or private utilities. Z3• • Any/all testing as required by City/entity ha�ing jurisdiction • Tapping sleeve and va[ve (1'S&Vf connection to existing public ar pri�ate utilities. • Boring under existin� structures or pa�ement surfaces. • Pressure testing of piping prior to cover up. • Hydrostatic testing of fire line as required. o Flush and clean pipe systern upon completion. • Sanitize domestic water system. • SWPP far a{l new installed inlets. Subcontractor to provide maintenance while onsite. • Camera/video/TV inspeetipns per City/entity ha�ing jurisdiction. • Trench safety • Demolition of sewer lines, manholes, headwalls, gas lines, rip-rap and pa�ement as required �� All public and private utility items sE�a[l meet and be up ta stanrlard nf all City of Fort Wor�h drainage and utility details. 5ubcontractor is responsible for obtaining the location of existing utility lines and boxes prior to 25. commencing work. 5ubcantrattor tp make all connectians to existing public and/or private utilities as needed. SUBCON7RACiAGREEMENT-2Q25 �XHI817A--5COPEOFWORK P�geZB Sl3BCONTRACTOR'S INfI'IAL5 �rn CONTRACTOR'S TN[TIAL BLACKLAIVC7 PAEtTNER5, Z6. I 27'• 28. 29. 30. I 31• 32. 33. I 34. I 35. 35. 37. 38. 39. I 4f3• 41. 42. 43. 44. 45. as. 47. I 48• 49. Pravide excavation, specified 6aekfill, bedding, embedment, corr�paction far all underground instal[atians related to the Wark. Exca�ations shall be stared in accordance with Trench Safety Plan prepared by 5ubcontractor. Responsible for the csatting back of all slopes in atCordance with currenC OSHA requirements and in compliance with the recorn�nendations of the geo-technica) report. Shoring required to complete the work covered under this Subcontract will be designed and sealed by a professional engineer. Subcontractor will assume full responsibility for locatin� and protecting all located utilities in their work areas. Concrete co[lars & thrust blocks related to the Work are included. Stock piling of aEl spoils generated from this 5ubcontracior's 5cope of Work. Subcontractor will stockpile onsite spoils in neat piles, as directed by Contractor's Superintendent. Contract includes hau] off of a[I scope related spoils. Remo�al and/or relocation of existing utilities per the canstruction datuments. Cutting and capping of existing utilities per plans. 5u6contractor includes haul off. All �esting, inspections and certifications as required 6y the local governing authority. Any dewatering required rela�ed to the Subcontractor's Work within reason. Insta[lation and maintenance {while onsite) of temporary SWPP cvntrols for all Provided drains, inlets and basins per the erosian control p[an. Su6contractor will relacate and replace temporary fencing and barricades, provided by the Contractar, necessary to complete the work coverec[ under this subcontract. Subcontractor to coardinate temporary relocation with Contractar's Superintendent prior to temporary relocation. All items relocatec{ must be replaced at the end af the workday ar as agreed with the Contractor. At no point are the site perimeter fences/barricades �o be left down nr open. It is this Su6contractar's responsi6ili�y to review the flow lines and inverts for sanitary sewer and storm water connection from the building prior to the start of installation. If conflicts are found the Contirac�or shall be noti�Fiec{ within 24 haurs. Failure to verify the flaw fines wi{1 result in cost of remedial work ta be the respansibi[ity of this SuE�contractor. Provide apprapriaie eautian of adjacent structures, structures to remain, and �rees to remain an site an site for the duration af t�e work covered under this Subcontract. Provide femporary pawer as requir�d for completing the s[ope af wark. Pro�ide temporary water, water meter and water usage charges required to complete the scope of wqrk. While 5ubcontractor is onsite, they will ensure there are no 6lockages in any of their scope related lines. They wil[ alsa ensure that, when all lines are backfilled and compacted within .10" of final grade, that all areas are graded to allow for proper cfrainage. Subcontractor will pro�ide a ciean procluct upon cort�pletion of instaflation up to fina) inspections by City of Fort Worth. Subcontractor to obtain a11 required ins�ections for scope refated items. Subcontractor to co- ordinate and infnrm Contractor's 5uperintendent of all scope related inspections. Extend/Adjust al] scnpe related manhales, �axes, vaults, covers, valves, fire hydrant assemblies, eleanouts etc. to pro�osed finish grades. This is to be coordinated with Cantractor's Superintendent and Paving Su�confiractor as needed. Upon completion, a set af ac�urate and legibie reproducible "as-bui[t" drawings must be provided to the engineer of record and Contractor. Maintain an up-to-date set of reproducible "as-buift" drawings thraugh the completion of work. Stoc�pile utility spvils atjohsite on a daily basis. Do not allow spoils to accumufate and interfere with new construttion. ft is the Subcantractor's responsibility to separate the rack/soil/trash. 5ubcontractor has induded all scope relatad haul-off. 5ubcontractor shall be present during finai utility inspection by the eity or governing authority. Sub�antractor shall N inspect a[1 public and pri�ate storm/sanitary lines as requirec[ by Ciiy of Fort Worth. I50. Subcontractor agrees to register with city in order to work in right of way as needed. SUBCONTRACTAGREEM�NT-2025 EXHIBITA—SCOPE OF WORK Page 27 of SUE3CONTk2ACTOR'S IN[TIALS ,inn GON7'RACTOR'S INITIAL5 BI,ACKI.AND PAitTNERS, �i. 52. 53. I 54. I 55. � 56. I S7. I 58. S�abcontractor to provide, install and make a[] connections for new fire hydrants and fire hydrant lines per plans. Fire hydrants to be painted per C9ty requirements and specifications. All public utility manhole lids shall have the Ciiy [ogo stamped on them. No pri�ate utility manhole lids will have the City lago stamped on them. 5ubcontractor shal[, while on site, construct approved si[t barriers at all drop inlets, manholes, headwalls, etc. to pre�ent silt from entering Chese structures. If structures are contaminated with silt, de6ris, etc., it shalE be this subcontractor's responsibility to clean out the structures and make repairs to silt barri�rs during performance of stape related work. Subcontractor shall provide erosion contro[ measures at al[ inlets and catch basins per plans and specifications once installed, Extend all manholes, bnxes, vauits, covers, etc. to proposed finish grades. This to be coordinated wiih Contractor's Sup�rintendent. Subcontractorto include Fire L9ne and P[uml�ing permit. Subcontractor agrees to register with city in arder to wark in right of way. (CFA Paperwarkj. 5ubcontractar to install and abide by TxDot standards as required. Contract Items: XPRC Water & Sewer— Venus Contract #2502.3 -$1,200,000 Total Con�ract Price: $1,200,000 SUBCONTI2ACTAGREEMENT-2�25 EXHIBI7A—SCOPE OF WORK SUiiCQNiRACTOR'S INITIALS �n� Page 28 0 CONTRACTOR'S INJT[ALS BLACKLAND PARTN�CtS, Exxis�T s PLANS AND SPECIFICATIONS Pages to follow SUBCONTRACTAGREEMEA[T--2025 EXHIB[TB—PLANS�NDSPECIFICAiIONS Page 1 SUBCONTRACiOR�S 1NITIALS �� CONTRACTOR�S INITIA�S BLACKLAN� PARTNERS,�LC BL�CK�RH� PARTNERS Blackiand Partners, LLC Issue For Construction Set 5.7.2p25 (Q8/Q71�5} A4.00 �.a.ao A1.01 A1,01 A1.02 A1.02 A1.03 A1.03 A7.04 �w1Aa A7.05 A1.05 A1.06 A1.06 A1.07 A1.07 A7.08 A1.08 A1.09 �A1.09 COVER SHEE"f cov��s���r SITE PLANl�L6G SYMBOLS/BL�G LEGEN� SI7E PLFlNlBLRG SYMBOLS�SL�G LEG£ND AD�RE55pLAN AD�RESSPLAN TABUL.ATIONS�GEI�,NO"!"ES/V€CIIUI7Y MAPIIJ£TAILSlCOQE ANRLY5[5 TA9ULA71QN5lG EN. NOiL"-5N(CE NITY MAPI�£TAf LSlCOOE ANALYSES MAINT. & WASH AREA ALANSIELEVATfONS MA[NT. & WASH ARFA PLANS/ELEVAT[ONS GARAGE PL4N5 GARAGE PLANS GARAGE PLANS! ELEVATIONS GARAG� pl.,qlVS! �LEVATIRN5 CARPORT. Tii.45H COA9PAG30R, & RECYCLE PI,.ANS /�I.EVS CARPORT, T€iASH COMPACT6R, & RECYCLE PLANS ! ELEVS TRASN ELEVS, POOL PAVILION PLASN � ELEVS, SECTIpNS TRASH ELEVS, POOL PAVILION PLASN � ELEVS, SECTIONS ACCE551BILiTY 1)EiAILS ' ACCE5518113TY �ETAILS z oa�a7�zazs 3 08107/2025 2 08J07/2Q25 3 08I07/2p25 2 08J07�2025 3 0810712Q25 2 08107RU25 3 08Jp7/2Q25 2 08J07/2425 3 08107I2D25 2 08r07�2U25 3 08107Ra25 2 OB107I2025 3 09J07/20�5 z asra�aazs 3 08f07RD25 z oara��zazs 3 08107RQ25 2 08J07/2Q25 3 081�7lZ6�5 Printed an Wed Qct 8, 2025 at 12:33 pm CDT Job #:2502N Bonds Ranch Fort Worth, Texas OBI13Raz5 Issue For ConstrucGon SeC SJ.2D25 (08�07/25) 09!(74R025 Issve For CansirucGon SeE 8.7.2025 (08l07125J UBI13R025 Issue Far Construction Set 8.7.2025 (08I071�5) 09l04�025 Issve Fnr Construction Se[ 8.7.2025 foa�a�lzs) �8����0z� IsSueForConstrudian5et8.7.20Z5 fU8l07R5) 69�04/2025 Issue For ConstrucFion Set 8.7.2025 (OBl07R5) flE�13J2025 Issue For Construction 5et 8.7.2025 (OBI07R5) �91�q���� lssuePorConstructian5et8.7.2025 (OBI07125) 08/13R025 Issue For Construction 5e[ 8.7.2025 (OBl0712S1 fl9�flqrz�ZS Issue Fpr Cpns[tuUinn 5ek 8.i.2025 (�BIfl7J25) 08113R025 �Ssue For Canstruckion Set 8.7.2025 {p8l07125) U9lU9RU25 lssue For Constructian Set 8.7.2025 (UB/fl71z5) 4 611312 0 2 5 lssue For Constructinn Set 8.7.2025 {OB/47J25) [f91042p25 �ssueForCanstructio-�5et8.7.2025 {46I071�5) 48I13/2025 �sSueFnrEonstl'uet€an5et8.7.20Z5 (06�07125) fl41042025 lssue Far Constructian Set 8.7.2025 (UBIU7R5) (l81132025 lssue Par Canstructian 5et 8.7.2025 (OBl07125) a9�a4R�Z5 ]ssueForConstruction5et8.7.2025 IUBlU7l251 DBI13J2p25 lssue For Canstnaction 5et 8.7.2U25 (�BI07R5) 09104R025 Issue For Consfrucfion SeE SJ.2025 � e«cK«�o PARTNERS 81acKland Partners, LLC A1.I0 A1.I0 Al.YI ALIi A1.12 A1.12 A1.13 A1.13 A1.14 A1.14 A1.7 S A1.15 A2.01 A2.U1 A2.02 A2.02 A2.03 A2.03 A2.04 A2.04 A2.05 A2-0S ACCES51 B IL[TY �ETAI lS ACCESSIB IL[TY OETA1 LS ACCESSIB]LkTY OEiAI LS ACCE551 B ILITY � ETAI LS ACCESSIBILiTY OEfAILS aCCESSIBIIlTY pE1'AIL5 ACCESSI61L1TY I7EiAllS ACCESSI81LiTY OETAILS ACCE55181L1TY OETAILS ACCE55161LITY �ETAILS ACCE55161LITY! FAIR HOUSING []E7AilS ACCESSIBILI�'Y� FAIR HOL151NG OETAiLS TYPICAL UNIT PIAN - A71lNTERIUR ELEVAT10FJ5 TYPICAL UNIi PLAN - A11 [M1FTERIOR ELEVAT10N5 TYPICAL UNI3 PLAN - A2 �[NTERiOR €tEVATl9N5 TYPICAL UNIT PLAN - A2 � ENTERI6R �LEVATlONS lYPICAL UNIT PLAN -A31lNTERSOR ELEVATlONS TYPICAL UNIT PLAN -A31 ENTERSOR ELEVAT€ONS 7YPICAL UNIT PLAN -AG � iNTERIOR ELEVATiONS ?YPICAC t1NIT PLAN -A4 / iNTERIOR ELEVA770N5 TYPIG,IL UNIT PLAN -A4/INTERIOR ELEVATi0N5 -AtC # 7YPICAL 11N17 PLAN - A413�'��IOR ELEVATiON5 - ACC � 2 OBl07I�025 3 OBl07I2025 2 OBI07l2025 3 OBl07I�025 z aero�rzozs 3 06I07�2025 z oaro7rzo-zs 3 0810712U25 1 oslo7lzazs 2 081�7I2025 I 081tl7I2p25 z asla��zazs z os�a�rzazs 3 08107R025 2 08107R025 3 08/07/2025 2 081D7T1025 3 08/072fl25 2 08�07fL025 3 08107R025 z aaia7aozs 3 08107R025 Printed on Wed Oct 8, 2025 at I2;33 pm COT Joh #: 2502�[ Bonds Ranch For� Worth, Texas {46/07IZ5] E}8113/2025 �ssue Far Construction Set 8.7.2U25 �06107I25} E}9104I2025 �ssue For Canstructinn Set 8.7.2025 {0614i25} 0 811 32 0 2 5 �ssue Far Canstruction Set 8.7.2025 ;oa�o�r�zsl 09104l2025 �ssue Far Canstruction Set 8.7.2025 Sd�lf17l25) 46l13R025 3ssue For Canskructian Set 8.7.2025 (08107/25) 49���rZ�zS issue Far Can5truetion Set 8,7.Z025 {OBl071z5] OBl13J2025 �ssue For Canst�u�tian Set 8.7.2025 I�BIfl7125) U9l0912025 355ue For Canst�u�tion Set 8.7.2025 (OBliJ7R5) UB/1312025 �Ssue for Constructian Set 8.7.2025 (08/�7R5] 4gl04J2025 �ssueForCanstruc[ion5e[8.7.2025 {OBIU7R51 ���x�lzp�� ]55uePorConstruction5eY8.7.20i5 (08l07l251 091�141z025 Issue For Constructinn Set SJ.20Z5 casra7�zs� OBI13R025 Issue Far Constructinn 5et $.7.2025 (OBI07I25) �9ffl4�0z� IssueForCanstrudionSet8.7.2025 (08I07125j OBl13R025 �ssveForCanstrucEion5et8.7.2025 (OB/O7/25) 09/041z025 Issae For ConsirucEion Sei 8.7.2025 roe�a�ns� OB/13/2025 �ssue For Construction Set 8.7.2025 (08I07/25) 09lOAR025 ����ForConstruction5et8.7.20z5 (U8107125? OB/1312025 �ssue Far Canstrwction Set 8.7.2Q25 (08107125) 09I04R025 �ssue Far Canstru[tion 5et 8.7.2025 (081Q7125y 0811312U25 �ssue For Construction 5et 8.7.2025 rosra��zs> 09104RU25 �s5ue For Con5tructian Set 8.7.2025 [081Q7R5► vuax z oi ao BLACK�AND PARTN�RS B[ackland Partners, �.LC A2.Ofi A2.Q6 A2.F}7 A2.p7 A2.Q8 A2.Q6 A2.09 A2.09 A2.19 A2.7 0 A21I A2.71 A2.12 A2.12 A2.20 A2.20 A2.23 A2,2F az.xz A2.22 Az.x� A2.23 A2.24 TYPICAL UNIT PIAN - BI! INiERIOR ELEVATIONS TYPICAL UN17 PLAN - BI I INiERIOR El EVq710N5 TYPICAL [1NI7 PiAN - 62! INiERIQR �LEVATIqNS TYpICqI 11NIT f'iAN- B2! INTERIaR ELEVATIONS 7YPICAL UNI7PtAN- B3! INiERI�R EL�VATI�NS TYPICAL UNIT PthN - B3! INTERIOR ELEVATIQNS TYPIG4L UNIT PLAPS - 83 ! INTERIO R ELEVATI6N5 - ACC TYPICAL UNIT PLAN - 83 j INTERIOR ELEVATIONS - ACC TYPICAL UNIT PLP.Ff - Ci / INTERIOR �LEVATIaNS 7YPICAL UNk7 Pl.AI� - Cl! INT�RIOR ELEIIATIONS TYPIG4L UNIT PlAN - C2 ! ��TERIOR ELEVATIQIVS 7YPICAI C1NIT PLAM1f - C2! IN7ERIOR ELEVAiIONS 7YYIG4l UNk7 P! AI� - C2 ! Ii�ffcRIQR ELEVAiIONS -ACC 7YPICAL UNIT P€ AI� - C2 ! IN7ERIDR EIEI/Ai1DN5 -ACC SLnGS 2.4 -TYpE 1! FOUNbATipN PROFILE SL�GS 2,4 -l"`(PE 3 J F011NDAT[ON PROFILE BL�GS 2. 4-7YPE 1! 1ST FI.ARR PIAN BLbGS 2. 4-TYPE 1! 1ST FLOpR PIAA2 BLDG$ 2, 4- TYPE 1/ 2Nb FLpOR PLAN BLpGS 2. 4-TYPE 112ND FLOOR PLAN 6LDGS 2. 4-TYPE 1! 3RP FLOOR PL9.PI 9LOG5 2, 9-TYPE 113R� FLOOR PLAN 9L[7G5 2. 4-TYPE 11 ROOF PL.4N prinked an Wed Oct 6, 2025 at 12:33 pm CDT job #: 25D2N eonds Ranch Fort Worth, Texas 2 08�07�2025 08113�2Q25 �ssue Far Canstructian Set 8.7.2025 (Og/07/25� 3 48107/Z025 09IQ4RQ25 �ssue For Constructian Set 6,7.2025 (08J07�25} 2 48167R025 08113R025 �SsueForCanstru[tia�5et@.7.2025 (081Q7li5� 3 48/67/2025 091Q412425 �s5ue Far Co�strudio� Set 67.2a25 (08I07/25� 2 48�U7)2025 08113R025 �S$ueFn�CanStrtictionSet8,7,20�5 (D8l47Jz5! 3 Q8/0712025 091Q4R02S �ssueiorCanstructian5et8.7.2U25 f08/07I25y 2 fiE�U7/2025 08/13�2425 IssueForCons[ructionSet8.7.2�25 (08J07�25) 3 46l6712025 09164/2025 Issue For Construction Set 8.7.2(F25 (08107I25i 2 OBl0712025 08113RU25 IssueFarCanstruction5et8.7.2025 (08107I25) 3 [!e/47�2025 0910AR4z5 IssueForConsfructionSet8.7.2G25 (q81Q7125j 2 OBIa7R�25 08113RU25 IssueForCvnstrudion5et8.7.2425 (08107I25j 3 OBI4712025 W1042tl25 IsSueForCanstructian5et8.7.2Q25 (o-s1o�lzsf 2 flBl0712025 08I13Rfl25 I55ueForCanstructionSetB.7.2Q25 (U8107I25} 3 OBl0712025 09104RU25 IssueForConstruGtipnSet83.2p25 i08147lzs) 2 UBI07R025 D81I3R025 �SSueFo�CanStructipnSet8.7.2Q25 (Qfl107l25) 3 UB/fl712025 � 09I04f��25 IssueForCanstructionSet93.2625 (U8107�25) 2 UB�i37j2025 OS/Y3RaZ5 Issue Far Canstruction Set 8.7.2(�25 �na�o7lzs) 3 08IU7j2025 09104J2U25 fssue For Construction Set 8.7,20'�S (Qg107R51 2 08IU7I�025 0817.3R025 Issue For Canstructian Set 8.7.2025 4as�a7lzs) 3 08IU7RD25 OS1�4�2U25 Issue For Construction Set 8.7.2U25 ia8J�7l�5) 2 08I07R025 481I32025 �ssue For Construction Set 8.Z2625 4os/a�l�s) 3 OBl07R025 U9104/Z025 �55ue For Can5truetian 5et 8.7.2�25 (OBl07R5) 2 OBI07R025 48113R025 3ssueForConstructian5et8.7.2025 r���or.a B�ACKLI�H� PARTiJERS Blackland Partners, LLC A2.24 A2.25 A2.2S A2.26 A2,2fi A2.27 A2.27 A2.28 A�.28 nz.xs A2.29 A2.30 A2.3� A2.31 A2.31 A232 A232 A233 A233 A2.34 A2.34 A235 IBLOGS 2, 4-TYPE 1/ ROOF PL.AN B�DG 3-T'PE II / FOLfN�AT1DN PROFI�E BLpG 3-TYpE I11�p[fNpAT10N PRQFiLE B�DG 3-TYP� II / FO[1h3bAT10N PROfiLE 8i DC, 3-TYP� II 1�OVNbA71pN PROFIGE BL�G 3-TFPE II 115T FLOOR PLAN BL�G 3-TYPE Il! 15T FLOOR PLAN BL�G 3- TYPE I[ � 15T FLOOR PiJ1N BLIJG 3- TYPE I[ 1 15T FLOOR P€.AN � BLbG 3-TYPE It! �ND F100R PLAN 6L�G 3-'EYPE It /2N� FLOOR PLAN BL€SG 3-TYPE IE! 2Nb FLOOR PLAiJ BIpG 3-�7PE 1112N� P1.00R f'I AN BLDG 3-TYPE II! 3R4] FLOOR PLAN BLF7G 3-TYPE I!! 3RD F�OOR ALAN 8LDG 3-7YPE II! 3a� FLOOR PLAN SLDG 3- TYPE H/ 3R➢ FLqOR PLAN SLDG 3-TYPE li � ROQF PLAN IBLDG 3-TYPE [I / HOOF pfJ�N BLnG 3- TYPE [I / HOOF PLAN BLbG 3 -TYPE [I / RQOF pLAH 8LDG5 5, 19 -TYPE IIl! FOIiN�Al10N PROFILE 3 08107Rf}25 2 08107I�Q�5 3 08107IZQ25 z oa�a��zozs 3 08107l2425 2 08I0712fl25 3� osio��zozs 2 08�0712025 3 0810712U25 2� 08/07/2025 3 0&107R025 2 U81071ZOi5 � as�o7laozs 2 Q816712025 3 OSlQ712025 2 f!Bl�712025 3 UBlQ7R025 2 UBIQ712025 3 O�I47l�025 2 08I07l2025 3 08l07R025 2 08I07R025 Pri€�ted on Wed Oct 8, 2025 at 12:33 pm CQT Job #: 250ZN Bonds Ranch Fo€t Worth, Texas � (nelo�lzsl U9IU9/2025 Issue For ConsfrucE'son SeE 8.7.2025 (UBl97R51 ❑��13J2025 Issue For Canstruction SeE 8.7.2025 [�BIa7R5) �91fl41�025 Issue For Cansirucfion 5et 8.7.2025 [fl6l07/25) OBj131�025 Issue ForCanstrudinn 5et8.7.2025 (OBI07/25) 09l04R025 Issue For Consiruckian Se[ 6.7.2025 (09l07125} OBI73R025 Issue For Construction Set 6.71025 coa�a»zs} 09l0412625 �ssue Fnr Construttion SeY 6.7.2025 [08I67R5} 09I13RU25 �ssue Far Constructinn Set 6.7.2025 (08107R5} 09I041�025 Issue Far Construction SeY 8.7.2025 fOBIo7R5} Q�l����Z� 15511p FQi' COE15tf11Ci101"lSCL 8.7.2025 ros�n�izs f a9�aanazs �ssue For Canstructian Set 6.7.2025 (081U7125} 081i3l2025 �Ssue Far Canstructian Set 8.7.2025 (08I07/25} 09104/2Q25 �ssue For Canstructian Set 8,7.2025 toslo�ns► 0 811 31202 5 �ssueForCanstructian5et6.7.2025 �oalo��zsi 0910AR025 �ssue�arCanstructionSet8.7.2625 [08I�7I25) 08113R025 Issue Far Construction Set 8.7.2(k25 (D8�07/25j 091D4�2025 Issue £or Canstrudion Set 8.7.2U25 (oalo��zsi 08113j2025 Issue Far Construction Set 8.7.2625 (U81�Tl25) 09104RU25 Issue For Construction Set 8.7.2425 (081U7lZ5j 081I3I2025 Issue For Cons[ruction Se[ 8.7.2Q25 4as�o�rzs} U9104R025 �ssue For Construdion Set 8.7.2Q25 4os/07l25) USI13R025 ES$ue Far Cpnstru[tian $et 8.7.2025 �oara��zs) Pape a e! ¢o BLAC��AHD raerra��s Blackland Partners, LLC A2.35 A236 A236 A2.37 A2.37 A2.38 A2.9$ A2,3S A23S az.aa A2.40 A2.41 A2.41 A2.Q2 A2.42 A2.43 A2.43 A2.A0. A2.90. A2.45 A2.45 A2.46 A2.Afi [ BL�GS 5, 14» TYPE Il] / FOUN�ATION PROFlLE I BL�GS 5, 14»TYPE Ifl / 15T FLOOR PLAN BL�GS 5. 14-TYPE If1115T FLOOR PLAN BLDGS 5, 14-TYPE If] 12N� FLOOR PLAN BL�GS 5. 14-TYPE I[712N� FLOOR PLAN 8L�G5 5, 14 -TYPE I[I ! 3R� fLQ4Ti PLAN BLf]GS 5, 14 -TYPE I[I ) 3R� FLQ6R PLAN BLIICsS 5, 7.4 -7YP� I[I 1 ROOF PLAN BLDGS 5, 14 -TYPE 1II 1�OqF PLAN 8LDG5 9, 16, 11-TYPE kV - A/ FqUNbA710N PRqFILE 6LDG5 9. 10. 11-7YPE kV - A! FOUNDA.IION PROFILE 8L�G5 9, lU, 11- TYPE lV - A j 157 f LOOR PLAN 8LOG5 9. 10. 11 -TYPE lV -A! ISTPLOOR PLAN 8LOG5 9, 19, 11-TYPE kV - A! 2ND FLOOR PLAN BLOGS 9, 10, 11-TYPE kV - A� 2N� FLODR PLAN BLQGS 9, 10. ].1-TYPE kV - A( 3RD FLOOR PLAN BLOGS 9, 10, 11- TYPE lV - A! 3RO FLOOR PLAN BLDGS 9, 19, 11- TYPE lV - A I ROOF PLAN BLOGS 9, 19, 11-TYP@ kV - A! ROOF PLAN BL�G 7-TYPE V 1 FOIiNDATiON PROFlLE 6L�G 7-TYPE V 1 FOUNDAl70N PRQFILE BLQG 7- TYPE V 115T FLOOR PLAh3 � 9LOG 7-T`FPE V 115F" FLOOR PLAN 3 08I07J2i325 z oa�o�lznzs 3 08I0712025 2 08I0712aZ5 3 08107J2U25 z 08107lZ025 3 08�07/2425 2 08107R025 3 08�07/2a25 2 08�07Rflz5 3 08107R025 z aa�o�rzozs 3 08107R025 x� oa�a�rzozs 3 08I0712025 2 08/o7J2U25 3 08I07I2�25 2 081071xU25 3 p8lp7l2U25 2 08107I2025 3 0$l07I2025 2 08107R025 3 08/07/2025 Printed on 6Ned C}ck 8, 2025 at 12:33 pm CDT )ab �:2S02N BandsRanch Fart Worth, Texas 09�04%2025 IsSue For CpnstruCtipn Sei 6.7.20Z5 (OBI07125} 06�73R425 Issue Far ConstrucYion Set 8,7,2p25 taela�lzs) 09j04%2025 Issue For Construction Set 8.7.2025 [�Bl�7125} 08I13R025 Issue For Constructian Set 8.7.2025 fo9I07R5} 0910ARa25 �ssue Fa€ Constructian Set 8.7.2025 (DBI07125} OBl13R0�5 Issue For Construc[ion Set 8.7.2025 (08/D7125} 09/04�2025 �ssue Fnr ConstrucYion SeY 6.7.2025 f08/67)25} OBl13RU25 �ssua Fnr Construciion Set 6.7.2025 f09lU7125} 09I04RU25 Issue For Canstruciion Set BJ.2025 (08/U7125} OBJ13Ra25 �ssue For Construciion 5eY 8.7.2025 (p8I07125) 09I04RU25 Issue For Construdion Set 8.7.2025 fosla7lzs} o6/13Ra25 �SSue F°r G°nstructian Set 8.7.2025 (DBl471251 09I04(2025 Issue Far Constructian 5et 8.7.2025 [aa�arizs) 09I13R625 �ssue Far Constnrction Set 8.7.2025 (08Ia7R5} 09I04R625 �ssue For Construction Set E.7.2025 (08I07R5} OBl13J2025 Issue For Construction SeY 6.7.2025 (oela�lz5} 09I0412025 �55ue Fnr Construction SeY @.7.2025 (08/07R5} 09I1312025 Issue For Construction Se[ 8.7.2025 (08IU7R5} 09I0412625 �ssue Fo� Construciian SeY 8.7.2025 (08l07R5} 09I19RU25 �ssua For Construction Set B.Z2025 roa�a�rzs> 09l04Ra25 �ssue Fut Construction Set �.7.2D25 (08IU7R5} OBl131ZU25 �ssue For Construction Set 8.7.2025 (081Q7R5) 09I0412Q25 Issue For Constructian Set 6.7.2U25 u�� BLACKLAND PARTEJERS Blackiand Partners, LLC A2.47 A2.47 A2.48 A2.48 A2.49 A2.44 A2.50 A2.50 A2.51 FA2.51 A2.SZ A2.52 A2.53 A2.S3 A2.54 Az.54 A2.55 A2.55 A2.56 R2.56 ax.s� A2.57 BL�G 7-TYPE V) 2ND FLOOR PL/4N BL�G 7-TYPE V/ 2ND FLOOR PiAN BL6G 7- TYPE V� 3 R� FLOOR P W N 6L6G 7-TYPE V 13R� FLOOH PLAN BLUG7-7YPEV�ROOFPLAN BLE}G 7-TYPE V 1 ROOF PLAN BL6G 8-7YPE V1 / FOUNDA?lON PROFILE BLOG 8-7YPE Vl! FOUN�AIIOPI PROFILE BLOG 6-TYPE V]! IST FLOOR PLAN SLDG 8-TYPE VI! 15T FLOOR PLA3J BLDG 6-TYPE VI! 2N� FLDOR PLAN BLDG 8- TYPE VI! 2N� FLDOR PLP.N BLflG 8- TYPE VI! 3RD FL�OR PLAN ELI]G B-TYPE VI I 3HC3 F�QAR PLAN BLDG 8- TYPE VI ! ROOF PLAN BL�G 8- TYPE VI ! RQOF pLAN BL�GS 13 -TYPE Vp -A / FOUN�ATION PRDFILE 6LDG513 - TYPE V I I- A/ FOl1N�ATION PROFILE BL�GS 13 -TYPE VII -A / lSi FLOOR PLAN BL�G5 13 -TYPE VII -R! 353" FLOOR PLRN 9LOGS 13 -TYPE VII -R! 2NQ FLppR PLAIV BL�GS 13-TYPE Vll -A/2N0 �L06ft PLAN 2 08�o7Rflz5 3 08/07/2025 2� 08/07/2025 3 08/07/2025 2 0&/07R025 3 OSl07R025 2 68l0712025 3 68l072025 2 66l0712025 3 48/07/2025 z varn��zazs 3 fl6l4712025 2 fl8l4712025 3 fl8167l2025 2 UBIQ7/2025 3 OBIU7l2025 2 OBI�7l2025 3 08I07�2025 2 OBI07/2025 3 OBl07I2025 z aelo�lzazs 3 08107R025 Printed on Wed Oct 8, 2�25 at 12:33 pm CQT Job #:2S02N Bonds Ranch Fort Worth, Texas ros�a�rzs} OBI13Ra25 �SS�� Far Cpnstructian Set 8,7,2Q25 (081�7125} 09I0412U25 �ssue For Construction Set 6.7.2025 (081Q71Z5} OB/i3�2a25 �SS�e For Canstructian Set 8.7.2025 (09/67125} 09IQ4RD25 �ssue Far Construction Set 6.7.2025 (08la71251 081i3�2025 �ssue For Construction Sek 8.7,2025 (08l07125► 09l04R625 �ssue Far Canstructian 5et 9.71625 (08I07I25� 08113R025 �ssue for Canstructian Set B.i.2625 (08I07125! 09104(2625 �ssue Far Canstructian 5et B.i.2425 (08I�7I�5) 0 811 31202 5 Issue fur Canstruction 5et 6.7.2625 (08107I25i U91U42025 Issue for Cvnstruction Set e.i.24z5 (08/U7I25} 08113l2025 �55ue Far Cun5tructian Set @.7.2025 �os�o�as) 09104R025 Issue For Canstruction Set 8.7.2Q25 (U810725y 08I13l2025 Issue For Construction Set 8.7.2Q25 (081D7125} 0910a1202S IssueForConstruction5et8.7.2Q25 (08107I25) D8113l2025 Issue For Construdion Set 8.7.2425 cas�o�rzsf 091041�025 Issue For Canstruction Set 8.7.2025 cae�o��zs� 08113RU25 �$$ue For Canswction Set 8.7.2025 (08/07/25} 04104R025 Issue For Construction 5e[ 8.7.2025 �us�o�rzs� 08113R025 fssue Far Constr�ction Set 8.7.2ii25 SQg107R51 G9�0412025 Essue Far Canstruction Set 8.7.2fl25 {06107l25) OBJi3J2025 €ssue For Construction Set 8.7.2025 tos�o�rzs� 49la�2025 lssue For Canstruckian Set S.i.2025 (OBl07125) vaqe 6 ei ao BL�CKL�ND PARTNERS 81ac6cfand Partners, LLC Printed on Wed Oct 8, 2�25 at 12:33 pm CC]i Job #: 2502N Bonds Ranch Fort Worth, Texas i � 1 R. I_ - A2.56 BL(]GS 13 -iYPE Vtl - A/ 3R� FLOOR PLAN 2 OS(07�2025 UB)13R025 �ssue Far Constnactinn Set 8.7.2025 �08107l25y A2.58 BL�GS 13 -TYPE VIl - A/ 3RD FLOOR PLAN 3 08(07�2025 U91�4/Z025 €ssue Fpr Canskruckian 5et SJ.2025 �OB107Iz5) A2.59 9LOG5 13 -TYPE VII - A! ROOF PLAN 2 OB(07R025 RE1F3R025 �ssue Far Canstruction Set &.7.2�25 i081tl7l25j A2.59 6LOG5 13 -TYPE VII - A! ROOF PLAN 3 09l07(2025 09104(2025 �ssue Far Canstrudion Set 8.7.2025 �DB107I25) A2.60 BL�G 6-TYPE [V - 6� iOl1N0ATI0N AAOFILE 1 09I47R025 U61132025 Essus Fo� Constrtt[tion Set 8.7.2G25 S��IQ7l25) A2.60 BL�G 6-TYPE [V - B/ FOUNaATIOiJ PROFILE 2 OBI07l2025 09l04I2025 Essue Far Conskruction Sek $.7.2025 {D8107l25] A2.6i BLbG 6-7YPE kV - B! 15T FLOOR PLAN 1 OB/07/2025 0817.3/2025 E55ue Fa� Canstruction Set 8.7,2U25 (08107R5] A2.6i BLCIG fi-7YPE IV - B! 15T FLOOR PLAN 2 OB/07�2025 aS104/�025 �$sue For Construction Set 8.7.2U25 SD&l07R5) A2.62 BL�G 6-TYPE lV - B/ 23Jn FLqpR �[.AN 1 08107lZ025 Ft8�13/2025 �ssue Far Construction Set 8.7.2025 (06107Iz5) A2.fi2 BL�G 6-TYPE lV - 8! ZND FLOOR PLAN 2 OBl07I�025 69f04R025 Essue Far Canstruction Set 8.7.2fl25 ;06�07/25) A2.63 BLpG 6-TYpE !V - B/ 3RD FLOOR PLAN 1 06�07�2025 08�13/�025 �ssue Far Constructinn SeC 8.7.2U25 - {08107I25) A2.63 SLOG 6-TYPE lV - B! 3R� FLOOR PLAN 2 OB/07/2025 04104R025 Essue Far Constnrdion Sat 8.7.2U25 {DBl07I25) A2.6h BL�G 6- TYPE lV - B� ftOOF PLAiV 1 OBID7R025 OSli3(2025 fssue Par Constnrc[ion 5et 8.7.2025 (Q8107I25) A2.64 BI.pG 6-TYPE lV - B! R06F PLAiV 2 OBI07�2p25 04/04/2025 f55ue For Constnrction Set 9.7.2fl25 {08f07R5) A2.65 BLbG 12 -TYPE iV - B) FO[JN[]AT10N PROFILE 1 OBl07�2025 081�3R025 Issue For Construction Set 8.7.2U25 i0$1o7Rs) A2.65 BLI�G 12 -TYPE iV - B 1 FOUNf]ATION PROFtLE 2 OBI0712025 pg�pq�p�5 �ssue Far ConsCruction 5et 8.7.2U25 (D8107/25) A2.6fi BL�G 12 -TYPE VII» 6� IST FLOOR PLAN 1 OBIU712025 081I3R025 f55ue For Construction Set 8J.2025 {6&)07/25) A2.fi6 BL�G 12 -TYPE VII - B� 15F FLOOR PLAN 2 OBIU7R025 09�04/2925 Issue Far Construction SeC 8.7.2UZ5 {08107I25) A2.67 BL�G 12 -TYAE VII - B� 2N� FLOOR PLAN 1 OBI07/2025 0&)F3R�25 �ssue Far Construction Set 8.7.2025 SQg/07l2S) �A2.67 BL�G 12 -TYPE VII - 6I2N� FLOOR PLAN 2 OBI07I2D25 041�42025 fssue For Constrvction Sek 8.7.2�25 I i68/07l251 A2.68 BL�G 12 -TYPE VII - B I3RD FLOOR PLAK 1 OBI07/�025 Q8/13Rflz5 fssue For Construckion Set $.7.2�25 Eoe�a�rzs� A2.6@ BLpG 12 -7YP� VII - B! 3Rl3 FLOOR FLFlN 2 08I07I�025 09�04/2025 �ssue Far Construction Set 8.7.2U25 {0 610 7/2 51 A2.fi9 SL�G 12 -TYPE VII - B! RDOF PLAIJ 1 09I07R025 U&1132025 tssue For Constns[tion SeC 8.7.2025 Pope 1 of 40 BL�CK«ND PARTN ERS 8fackland Partners, LLC A2.fi9 A3.U1 A3.41 A4.i3I A4.flZ aa.oz A4A2 A9.03 A4.03 A4.04 A4.04 A4.QS A4.05 A4.Dfi A4.06 A4.67 sa.o-� A4.08 A4.Q8 A4.f19 A4,p9 A4.1t3 BI.RG 3.2 - TYPE V II - B 1�OQF PLAfd iTOORANp WINDpW SCHEqULE BOORAN� WIN�OW 5CHEQi1L� BLDGS 2, G- TYPE 1 J EX'fERIOR ELEVATIOidS BL�GS 2, 4-TYPE 1/ EXTERIQR ELEVATIONS BL�G 3-TYPE EI I EXTERIOR ELEVATIOPSS BL�G 3-TYPE II I EXTERIOR ELEVAilONS 6LOG 3-TYPE II ! EXiERIOR ELEVATIONS BLOG 3-TYPE il ! EX7ERIOR ELEVATIONS 8LDG5 5, 14 -TYPE ]II lEXTERIOR ELEVATIONS BLDGS 5, 14 - TYP� 111 lEKTERIQft �LEVAT1qNS Bl.OGS 9. 10, 1 X- 7YPE IV - A 1 EXiERIOR ELEVATIOPIS BLDGS B, 10, 11 -T'PE IV -A / EXl'ERIOR ELEVAT]ONS BLOG 7- TYPE V 1 EXiERIQR ELEVATIONS BLOG 7- TYPE V! EXTERIOR ELEVATIONS BLDG B-TYPE V€1 ESCfERIOR ELEVATIOtJS BL�G B-TYPE Vi ��XTERIOR ELEVATIONS BL�GS 13 -TYP� Vll - A! £X7ER1�R ELEVATEONS BLFGS 13 -TYPE VI[ - A 1 EJSi�Ef�IQR ELEVA710NS BIUG 6-7YPE IV - B! ExTERIOR ELEVA7iON5 BLDG 6- TYPE IV - B/ EXTERIOR ELEVATIONS BL�G 12 - TYPE VI[ - B/ EXTL'-�OR ELEVATIDNS 2 USl6712025 2 48jf}7)2025 3 461Q72025 2 fl8l47/i025 3 OBID712025 z oero�Ro2s 3 OBIOi12025 z aero��zazs 3 OBlq7/2p25 2 0810iRQ25 3 08/07RD25 2 08107/2025 3 08107R025 2 08I07l2025 3 08I0712025 2 08I07f2025 3 08107RU25 2 08107R025 3 D6�07R025 1 06107j2025 2 98I07l2025 1 OBI07l2025 Printed an Wed bct 8, 2025 at 12:33 pm C�IT Job #:2502N Bonds Ranch FQIi WOCCFI, T2Xd5 �os/a�1�5} �91Q4R�z5 �ssue For Constru�tion Set @.7.2a25 rosla�rzsf 08�13j2UZ5 Issue �ar Canstruction Set 8.7.2U25 (08/07�25) 0910R2025 Issue For ConstrucUon Sek 8.7.�025 roaio�rzsf 08113I2fl25 Issue For Canstructian Set 8.7.2Q25 saa,o�rzs) 64104I2025 �ssue Far Construdion Set 8.7.2025 (4$l07I25) 4817.3Iz025 Essue For Construction Set 8.7.2U25 tns�o�rzs� pgjp4��02� issue Far Construction Set 8.7.2025 (OBl07I25) 06/�31Z��5 �ssue For Constructinn Set SJ.2025 {U8�071z5] Og�p4�Z�Z5 ]ssue For Construction Set 8.7.2025 {QB/07/25) �611312G25 �ssue ForCansEruct"snn Set &.7.2025 {08I�71251 fl9/U4l2025 �SsuePorCons[ru�tionSet87.2025 (OBla71zS) OBI13R025 Issue For ConsEruction Set 8.7.2025 (OBlD7lZS) 09I09R025 Issve For ConsYruction Set 6.7.2025 (OBl07/25J 08!].3I2025 Issue For Construction Set 8.7.2025 (OBl07R5J 09I04I202S �ssue For Construction Set 6.7.2025 (08/07)25} OB11312025 �ssue For Construction Set 6.7.2025 roaro-�rzs> 09104/2025 �ssue ForCanstrucLion Set 8.7.2025 (08147R5) 08113RQ25 �ssue For Canstructipn Set 6.7.2R25 �oalo�lzs} 09JE14�2625 �ssue �or Censtru�tian Set 6.7.2025 roela�asf 08R3R025 �ssuePorConstruction5et8.7.2625 (081U7R5} 041Q4I2fl25 Issue For Constructian Se[ 8.7.2025 �aa�a�rzsl QSl33R025 Essue Far Canskrutkion Set 8.7.2025 {p8107l25) vaQe e or �a BLACK�AN� PRRTN ERS Blackland Partners, LLC A4.10 AS.al AS.Ql AS.Q2 A5.[f2 AS.fl3 A5.03 AS.U4 AS.D4 A5.05 A5.05 A5.�6 A5.06 ,as.a� A5.07 A5.08 A5.08 A5.09 A5.04 A5.1Q A5.1� as.ii A5.11 BLOG 12 - iYPE V II - 81 EXTERlDR EE EVATIONS WALL SECIIONS WALL SECT10N5 WALLSECROMS WRLL SECT[ONS WRLL SECT[pN5 WALL SECT[ONS WALL SECTiONS WALLSECTiONS WALLSfiCT]ONS WALL SECT10N5 DETAILS �EfAILS �ETAILS oErni�s �EiAIi.S OE]'AILS OETAILS QETAIL5 pETAII.S DETAiLS TPO �ETAIlS TPO DETAILS z oaio»zozs 2 08107�Z025 � ns�o7�xozs 2 OSlU712025 3 OSJQ71z025 2 08/07/2025 3 t38j07/2025 2 UBIV717025 3 OBIU7l2025 2 OBIU712025 3 08I07�2025 2 08I07I2025 3 a8107R025 z asro�rzozs 3 08107I2U25 2 08107RQ25 3 08107R425 2 0810712025 3 081071Zt125 2 08/07J2025 3 D&�071Z025 2 r181U712025 3 6E/Q712025 Printed on Wed Qct 8, 2025 at 12:33 pm CDT Job #: 2502td Bonds Ranch For� Worth, Texas 09/04/2025 Issva For Constructian Set 8.7,2025 (D8I�7125} a8113Ra25 �ssue For Canstructian 5et 8.7.2025 (08/07/25) 091Q4/2025 �Ssue For Cnnstructian Set BJ.2025 toalo7lzs► 08113J2Q25 �ssueForCnnstructlan5et8.7.2R25 (08107l25y 091D412025 Issue Far Canstruction Set 8.7.2425 (08107RSi 08I13R025 Issue For Constructian Set eJ.2Q25 (08107I25} 09J04R�z5 Is5ue For Canstruction Set 8.7.2025 (68)07�25� 08!].312425 Issue For Constructinn Set 8J.2025 caaio�rzs� 041041�q25 Issue For ConsCructlon Set 8.7.2025 ;D$107R5) 0813.312U25 Issue For Construction Set 8J.2625 (08107I25) OS104R025 fssue For Construdion 5et 8.7.2025 4as�a�rzs) USIi3/2025 �ssue Far Constructian 5et 8.7.2025 �OBION25) U9lOkR025 4ssue Far Construrtian Set 8.7.2025 {D61071251 U6113R025 �ssue For Canstruction Set 8.7.2025 i06l07125) a9���R0z� 15sueforConstrudion5et8.7.2025 (UBI07Ii5) ❑B113R025 lssue For Canstruction Sek 8.7.2025 (OBlO7125) 09IU4R025 Issue For Construetiun Set 8.7.2025 (OBIU7/251 48�x��p�� Issue For Constructian SeC 8.7.2025 (08l07125) 09IOAR�zS Issue For Construction 5et 8.7.2U25 fosla�lzs} OBl13RU25 Issue For Construction SeY 8.7.2025 [as�a»zs> 09JU4Ra25 (ssue For Construction Set 6.7.2025 (osla�lzsl 08113l2o2S IssueFnrCanstructiars5et8.7.2a25 (081fl7R5j 0 910 412 0 2 5 � Issue For Construction Set 8.7.2025 � e��cK«No PAR7P1ER5 SlacKland Partners, LLC as.xx as.�.z AG.O7. A6A1 A6.02 A6.02 A6.03 A6.03 A7.01 A7.01 A7.02 A7.02 A7.03 A7.03 A8.01 as.o-z A6.62 A8.02 AB.F}3 AB.Q3 A6.04 A8.04 COAiSTR�CTION ASSEMBLIE5 CpNSTRUCTION ASSEMBLIES STAIR PI ANS I OEiAILS STAIR PLANS! DE7RILS 5TAIR SECfI0N5 STAIFi SECT10N5 STAIR SECTIONS 5'i"AIR SECTIONS �OOR & 4ifIN€lOW �ETAILS ODOR & WIPJDON! �EfAILS �OOR & 4hfINDOW �ETAILS ❑DOR & VNINBOW �ETAILS WIN�OW INSTALLATtON IN5TRLiCfIONS WINDOW INSTALLATiON INSfftUCTIONS REC1€.EASING-FOUNOATION PROfiLE REG/LEASING-F4UN�ATI4N PApF1LE RfiC ! LEA51 NG - FLOOR PLAN REC 1 LFJ151NG - FLOOR PLAN REC / LEASING - ROOF PLAN REC! LEASING - ROOf PLAN REC! L@P.SING - EXi'ERIOR ELEVAT10N5 REC! LEASING - EXTERIOR ELEVATIONS 1 08I07I2025 2 08r07lZ025 z OBJ07/Z025 3 091�7Iza25 2 08107I2025 3 08107R425 0 0810iI2D25 2 08107I2D25 z oaio�rzazs 3 081071Z425 2 08)0712925 3 08IO7R025 z� os�o��zozs 3 OSID7R025 2 08/07R025 3 08�07/2025 2 U8107R025 3 U8�07/2025 2 48107R025 3 a614712025 2 fl8/47�3025 3I OBI07�2025 Printed on Wed Oct 8, 2025 at 12:33 pm CI]T Job #: 2502N Bonds Ranch Fort Warth, 7exas 40$1o7lz5) QBl1312025 �ssue Far Constructian Set 8.7.Z025 {OBI07J25) 64/04l�025 �ssue ForCanstructinn Set 8.7.2025 �OB/O71Z5) 66/13/2025 �ssue Far Canstruction Set 8.7.2025 (OBIfl7125) 09/04/2025 �ssue For Canstructian Set 8.7.2025 1�76l47125) �Bl13/2025 �ssueForConstruction5et8.7.2025 {p6l07R51 09I0412025 �ssueForCanstruction5et8.7.2025 I08IU71251 �8��3���� IssueForCnnsErucEinnSe¢8.7.2025 (OBI071251 �g�04���� IssueForConstruction5et8.7.2025 (08I07R5J U8I1312025 Issue For ConstrucEion Set 8.7.2az5 (09I07R51 09I041�025 Issue ForConstrudion Se[8.7.2025 (08l07R5) 06�73R025 Issue For ConsLrudion Set 6.7.2025 f08ln7/25} 09I04R025 �ssue For Construciion SeL B.Z2025 [os�a��zsl OBI7312025 Issue For ConsYrucCion SeY 6.7.2025 (08IQ7R5} 09104R025 �ssue Fo[ Construttion Set 8.7.ZOZ5 f08/Q712S} OBl1312025 Issue For Construction Set B.7.2025 (08107125} O9rU4R��5 Issue Fnr Constructian Set 8.7.2025 (08J07�25} OBI13RU25 �ssue For Construdian Set 8.7.2025 (U8/U7125} 091��Ra25 �Ssue For Constructipn Set B.i,202S (081a71z5f 081i3R425 �ssueFarConstru�tionSet8.7.2a25 (081Q7l25j U91�4l2�25 155ue For Con5truction Set 8.7.2Q25 (0810725) 08/I3Rfl25 Is5ue For Construction Set 8.7.2Q25 io81o7lZ5} 09/04/2025 Issue For Construction Set 8.7.2U25 1as1a�lzs) Pagc 10 0l �0 BL�CKL�HD PARTNERS Blackfand Partners, LLC A8.05 AB.pS A8.q6 A8.06 A8.07 A8.07 A8.08 A8.08 A8.09 A8.09 A8. ].0 A8.10 AB.11 A$.11 lot2 2of2 COOi C001 C002 COD2 C003 C003 REC J LEASIIdG » WALL SECTEONS REC! LEAStNG - WA�L SECflpNS ft�C 1 LFAS[M1iG - WALL 5ECT10N5 � ftEC! l.FAStNG - WpLI. SECT70NS REC 1 LEAS[NG » WALL SECT]ONS REC 1 LFJISiNG - YJALL SECT10N5 REC 1 LEASII�G - PETAIIS HEC 1 LEASiNG - pETAILS REC 1 l.FASENG - QETAILS REC 1l.FASiP1G - PETAl1..5 REC 1 LFASiNG - qE7AIL5 ftEC 1 LEASfNG - OETAILS REC 1 LEASING - iJETAILS � REC 1 LEASiNG - RETAILS SITE PLAN SkT� INFORIHATION COVER COVER GENERALNOTES GENEfi�tL N07E5 PLAT PLAT z naro7�zo-z5 3 pe1�7l�QZS z as�o�rzuzs 3 081D7l2029 2 08107IZQ�S 3 08107RU25 2 08I0�/2425 3 08I07/2(�25 2 08I07I2L7,�5 3 08IOi12��5 2 p8l0712U25 3 08jo72a25 2 08107J2025 3[ 08107I2U25 0 os�oinozs 0 05�01/2025 l� 08�D7J2025 2 08/07/2025 4 48�07/2025 5 fl8l47R025 2 UBlD712025 3 OBI16120Z2 Printed on Wed Oct 8, 2025 at 12:33 pm CE}7 Job #:2502N 8ondsRanch Fort WortM, Texas 46/1312025 �ssue Por Construction Set 8.7.2025 (DBla7J25) �91�4�0z� ISsueForConstru[tion5eE8.7.2025 (OBla7R5J 98I1312p25 Issue For Cons[ruction Set 8.7.2025 fU8l07R5] �9r�q�a�� IssueForConstruction5et8J.2025 (OBIU7R5) �Bl13J2025 Issue For ConstrucGun Set 8.7.2025 (08/07R5) 09I0412025 Issue For ConsErudion Se[ 8.7.2025 Ifl8l07R5) 08I7.311025 Issue For Consiruc[ion Set 8.7.2025 (08l07R5} 09I0412025 Issue For ConsYruction Set SJ.2D25 (08107R5) 08!].312025 Issue For Construction Set 8.7.2025 (08l07125) 09I041�025 Issue For ConsYruc[ion Set BJ.2025 roa�a�izs) Q�Ix��pZ� Issue For Construction SeY 6.7.2025 �oa�a�izs} 09IOaRU25 Issue Far Construction 5et 8.7.2025 fU6lQ7125} OBf13f2025 Issue Far Canstruction Set B.7.2025 (08/Q7/25} �9I04R625 �s5¢e For Construction Set 6.7.2025 (08107R5} OB/13R625 �ssue For Construction Set 8.7.2025 f09l0712b} OB/13)2025 �ssue For Construction SeY B.7.2025 toala�lzs} OB/13)2U25 �ssue Fnc Construc[ion Set BJ.2025 (oa/a�1zs} 09l0412U25 �ssue For Construction Se[ 6.7.2025 (08IU7125} 08113R025 �SSueFnrCanstructianSet6.7.2a2S (08JD7125j 09104ROZ5 Issue Fnr Constru�tion Set 8.7.2a25 (oej07j25j 08113R025 Issue Fnr Canstructian Set 8.7.2Q2S (08107I25) 09I0412U25 Issue For Construction Set 8.71025 (D&107R5] rsse ii c�.v BIACK��N� AARTNERS 8lackland Partners, LLC Printed on Wed Qct S, 2025 at 12:33 pm CDT Jo6 #: 2502Pf Bonds Ranch Fort Worth, Texas � � - - - COU4 PLAT 1 08107l2025 08113/2025 �ssue Fnr Construciion Set 8.7,2025 (081a7125} C004 PLAT 2 08116R022 09IU412U25 (ssue For Canstruction Set 8.7,2p25 (d�1G7125} C1p1 �RO$iON CbN7ROL PI,.qN 4 a8�07/2025 08l13R025 �ssue Far Constru�tion Set @.7.2025 [08/07/25► C7.D1 ERdSiON CONT'€iOL PLAN 5 481U712025 091042�25 �55ue Far Cun5truttlon SeY 8.7.2U25 [08107/25j C102 ER6510N CONTROL DETAILS 4 48IU7R025 081i312�25 �ssue Far Constructinn Set 8.7.2025 tos�o��zsr C102 EROSION CONTROL DETAILS 5 t18l4712025 091a4�Q25 Issue Fnr Cnnstruction SeC 8.7.2Q25 (08107lZSf C2D1 SITE PI.AN 2 OBIa712025 08/13R025 Issue ForCanstruction Set8.7.2Q25 (U9107I25) C261 SI'€E PLAN 3 l3810712025 0910ARaZ5 Issue For Construction Set 8.7.2625 (081o7R5} C202 �IMENSiON CONTROL PLAN 4 OB/U7�2025 08/23RD25 Issue For Cunstruction Set 8.7.2025 Eos�o7lz5) C202 DIMENSiON CONTROL PLAN � 5 OB/07�2025 08104R025 �ssue Far Construction 5et 8.7.2U25 (USl07I25) C203 �IMENSION CONTROL PLAN 4 08I07R025 U8123R025 �ssue Far Construction 5et 8.7.2I725 44�1G7I25) C203 OIMENSION C6NTAOL ALAN S 08107/2025 U4�04J20i5 �ssue For Const€u�tian Set 8.7.2025 (OBl07125) C204 DIM£NSION CONTROL PLAN 4 08107R025 QBl1312025 �ssue Far Conskru#ian Set &.7.2025 {UBIOi12S) C204 �IMENSIONEQNTROLPL�N 5 08107/2U25 49la4R025 lssueForCanstructianSek8.7.2025 I�BlD7125) C2U5 OIMENSIQN COKTROL PLAN 4 08107I2Q25 U817.312025 Issue For Eanstructinn Set 8.7.2025 (OBI07R5) C205 ❑IMEAf510M CONTROL PLAN 5 08107I2Q25 pg�pq�p�, Issue For Eanstruc[ian Set 8.7.2025 (OBl07125) C206 DfMENS10A€ CONTR6L PLAN 4 081071zOZ5 OBj13R025 �Ss�e For ConstrucEion $et 6.7.2025 (OBl�7R5) C2p6 DIMENSIq�3 CQNTROL PI..AN 5 081071zflZ5 09j04R025 Issue For Con5irucEion Se[ BJ.2025 [OB/07�25) C301 GRA6SNG PLAN 4 08/0712025 0817.3l2D25 �ssue Fur Construction SeY 8.7.2025 (081a71z5} C3p1 GRqDING PLAN 5 48107R025 pg�Q4�QZg �ssue Far Canstructian Set 8.7.2025 (081f17125} C302 GRADING PLAN 4 F}SjU7�2025 08113l2025 �ssue Far CanstruRian Set BJ.2025 (D81U7�25j C302 GRADINGALAN S fl3IQ71z�z5 091D4IZ025 IssueforCvns[ructinn5e[8.7.2425 (08107lZS} C303 GRADING ALAN A fl8l47R025 D8113R025 Issue For Construckion Sek 8.7.2025 rsqe �z e�,a B�.�CKL�N� PARTNERS 8lacfcland Partners, LLC Frinted on Wed Oct 8, 2425 at ].2:33 pm CDT job #: 25RZN Bonds Ranch Fort Wqrth, Texas � � .. �. �velo7lzs) €ssue For Canstruction Set 8.7.2Q25 C3U3 GRAPING PLAId 5 08I07l2025 69104R025 {06/07125) C344 GRAOING PL4N 4 OB107R025 46/1312025 �s5ue For Construction Set 8.7.2025 {OBI07125) C304 GRADING PLRN 5 08107R025 69104R025 �ssue Far Canstrudion Set 87.2025 (U9lD71�51 C9p5 GRApING PLf4N 4 08107R�25 L18113R025 �ssue Por Con5tiu[tion Set 8.7.2025 (a8lU71251 C30S GHAI7ING PLAN 5 OB107I2p25 09l0412025 �ssue For Constructian Set 8.7.2025 (08/071z5) C306 GR.4DING PLAN Y 08107I2425 66J13R025 Issue For CpnsCruction Set $.7.2p25 (�BI97I�5) C306 GRA�INGPLAN 2 08107I2025 09IU4r2025 IssueForCpnstruction5eE8.7.2025 (OBl07I25) C307 GRA�INGPLAN 1 081071Z625 OBI13R025 IssuePorCons[rucEionSe[6.7.2025 (OB/07/25) C307 GRA�INGPLAN 2 081�7/2025 U910AR425 IssueForConsiruction5et8.7.2025 cas�a7asl C40I EXISi'ING DRAINAGE AREA MAP 2 D81071z425 OBj13R025 Issue For Cpns[ruGEion Set 8.7.2p25 (OBl071251 C49F ExI5T1NG �RAINAGE AREA MAP 3 08/0712425 09I04R025 Issue For Construction 5ei 8.7.2025 fosra��zs) C402 PHASE i ORlaNAGE AR£A MAP 2 08/071Za25 08I13Ro25 Issue Far CansLruRion 5eY 8.7.2025 (09l07125) C402 PHASE 1 �RANAGE AREA MAP 3 08107R025 09l04RQ25 �ssue Far Canstruction Set 6.7.2025 (D8l67125} C403 WY�R4UL1C CP.LCULATI6N5 4 08/07/2025 06I13R025 �ssua For Cnnstruction Set 8.7.2D25 fos�a��zs3 C403 HYORAUL3C CALCULATI6N5 5 08/07/2025 09I04�2025 �ssue Far Construdion Sst 8.7.2025 (08/67125} C404 STOftM PLAN - ST-3 2 081071zfl25 p9l131�025 Issue For Construc[ian Set 8.7.2025 roa�a�izs} C4p4 5TORM PI..AN - 5T-3 3 0810712q25 09l6412625 �ssue Fot Construction Set 8.7.2025 f081Q7R5) C405 5TORM PROFILES - ST-3 2 48107I2025 08I1312425 �ssue For Construction Set 6,7.2025 (081Q7R5j C405 S7CJRM PROFILES - S1=3 3 OS/07I202S 09JU4/2a2S �ssue Fnr Canstructinn Set 8.7.2025 (08J07RSy C406 5TORM PLAN & PROFIL�- 5T-3� I 2 USID712025 . 08113I2�25 �ssue For Cnnstructian 5et 8.7.2025 (081(1725j C406 STORM PLAN & PROFILE- ST-3Q 9 fl8l�712tl25 09IOM1/2�25 Issue �nr Constru[tinn Set 87.2Q25 (081Q7I25) C407 STORM PLAN & PROFILE - ST-5 2 UBI07/20Z5 081I312025 Issue For CnnstrucGon Set 8.7.2�Z5 (Q8107I25) P.�� �3 0�.0 B«CKL�HD PARTNERS Blackland Partners, LLC C4U7 C4U8 C408 C409 C409 C410 C410 C411 C411 C412 C412 cax� C413 C414 C414 C501 csoi C502 CSfl2 C503 C503 cso� C504 STORM pLAN & PROF1Lf - ST-5 STORM PLAN & PROilLE - ST-5� ST6RM PU1N & PRQFILE - ST-5� ST�RM PLAN & PR6FILE-ST-6 ST(iRM Pl.Atd & PRpFILE-S76 STdRM PIAiJ - COiIATYARb STORM ALAN - COURTYAR� STORM DEfAflS STORM DEfAilS STORM DEfA1LS STORM DETAILS S70Rk1 [7ECAILS STORM �Ei'AILS STORM DETAILS STORM OEi'AILS FSRE PROT'EC31QK PLAN FIRE PROTEE710W PLAN WfiTEFt PLAN WAT£R PLAN WATER PLAN WATER PLAiV WATER DETAILS WATER aETAllS 3 0810i12D25 2 081�71Z425 3 08107l2U25 2 08/07R025 3 08/07RflZ5 2 08/07/2025 3 08/67/2025 z asla�Rozs 3 osla�lzazs 2 iiB�Q71Z025 3 DBIQ7R025 2 OBIfl7R025 3 OB/47Iz025 2 OB/07(2025 3 OBl07R025 i asra�rzozs z as�a�rzo-zs z oslo��zazs 3 081071z425 2 081071zflZ5 3 0&�07/2025 z aa1a�lzozs 3 Q8107R025 Printed on Wed Oct 8, 2025 at 12:33 pm C�T Jab #: 2502N Bonds Ranch Fort Worth, Texas �9�fl4�0z� IssueFarCanstructian5et8.7.2025 fne�a7�zsl OBI13R025 Isaue Far Cpnstruction Set 6.7,2025 (08I07I2S) 09l00.R025 Issue Far Construction Set 6.7.2025 coe�o��zs} 09I13Ra25 Issue For ConstrucYion Set 8.7.2025 (09I07R5} 09I04RU25 �ssue For Construction Set 8.7.2025 (08I07R5} 08I1312425 �ssue Fnr Construction Set 8.7.2025 (081o7rz5k 091Q4RQ25 �ssuefarConstruction5et8.7.2025 (08707125} 08113l2625 �ssue For Canstruction Set 8.7.2025 (08I07l25} 0 910412 0 2 5 Issue Fnr Canstruction Se[ 8.7.2625 (08ID7I25� 08113I2025 Issue for Constructian Set 8.7.2p25 (08107I'�5� 09104I2025 Issue For Canstruckion Se[ 8,7.2p25 snaia��zs� 081I3f202S Issue Far Constructian Set 8.7.2025 sas�o�rzs� OS)04/Z025 �ssue For Construction Set 8.7.2U25 ;4610725) fF8l3312025 €ssue Far Construction 5et 8.7.2025 {06107l251 p9/p412QZS �ssue Far Construction Set 8J.2025 {06107125] 681J3/2025 �ssueForCanstructianSet8.7.2025 108I071251 09l0412025 lssue For Canstruckian Sek 5.7.2025 {p8�07125) UBI13R025 3ssueFarCanstructian5et8.7.2025 (UBl07R5) 09I04R025 Issue For Consiruc[ian Set 8.7.2025 [08107R5} �6113R025 Issue For Construction Set 6.7.2025 [oala�lzs> 09144j2025 �ssue Fnr Canstructian Set 8.7.2025 (08/07/25} 0 81 1312 62 5 �ssue FUf Cart5tYUCtian Set 8.7.2025 (D8107l25j 09104R025 Issue Fnr Construction 5et 8.7.2Q25 e.,yc �a oi �o- BL�CKL�ND AARTNERS Blackland Partners, LLC C505 C5q5 C506 C506 C507 C507 C508 C508 C509 C509 C510 C510 C511 C511 C512 C512 csox C8p7 C60� C602 C603 C603 WATER PFfAEL5 WA7�R []f7AtLS WATF,R CSETA[LS WATER 6ETA1L5 SANITARY $EWER PLAN SANITARY SEWER PLAN SANITARY SEWER PRflFILE - 551 SANITAAY SEWER PROFIL@ - 551 SANITAfiY SEWER PFiOFILE - 551-A & S51-B SANITARY SEWER PROF[LE - SSl-A & S51-S SANITARY SEW ER PROF[LE - 551-C SANITARY 5EVYER PFtOF[LE - SSl•C SEWER DETAILS SEWER �EfA1L5 SEWER DE"fA1L5 SEWER DEfA1L5 PAVING PLAN PAVkP3G PLAN PAViNG pETpILS PAVSNG PETAII.S PAV€NG DC7AILS PAV€NG OfTAILS Printed on Wed Qct 8, 2025 at 12:33 pm CE7T Job �: 25��N 8onds Ranch Fort Worth, Texas (oelo-�lzs} 2 08/071��z5 08�13R025 Issue For Lonstruction SeY 8.7.2025 faelo-�125} 3 08107J2fl25 09j04R�25 Issue Far Construction Set 8.7.2p25 rog�a�lzs} 2 08/07I2fl25 OBI1312025 Issue For Construction Set 8.7.2025 roera��zs} 3 08�Oi/2625 09I0412025 Isstte For ConsYruction SeY 6.7.2025 roa�o-»zs} 2 0810712U25 I 08I1312025 I Issue For Construction SeY 6.7.2025 [08lQ7R5) 3 08107R025 09I04R�z5 �ssue Far Construction Set 8.7.2025 [09/Q7)25} 4 08/07/2025 OBI1312025 �ssue Far Construction Set 8.7.2025 (08l07125► 5 U&107R025 09IU4l2U25 �ssue For Construction Set 6.7.202� (osla�lzsk 4 08/07/2025 08I13RU25 �ssue Far Construction Set 8.7.2025 (08/07�25} 5 Q8lU7R025 09/Q4Ra25 �ssue For Canstrudian 5et 6.7.2025 (08I�7�Z5► 4 QSIU712025 08113l2Q25 �SsueFnrConstructian5et8.7.2a25 (08/07j25E 5 48JFl7�2025 a91�42Q25 �ssue Far Ganstrudion Set 8.7.2025 I08Ifl71z5} 2 58lU712025 08113R025 Issue Far Corsstructiors Set 6.7.2U25 (08Ifl7l25} 3 QB1U72025 09164/2025 �ssue For Construction Set 8.7.2025 coa�o�rzsf 2 OBIU712025 ! D8I13fZ�z5 �(081U7125yonsCru[tian5eY8.7.2025 I 3 tf6�47)2025 0910Aj2425 �ssue Fur Constructian Set 6.7.2025 caa�a��zs� 4 06107)2025 08113R025 ��Su��arConstructiorsSet8.7.2U25 (081�7I25} 5 UBl0712025 09104R025 IssueFnrConstruction5e[9.7.2Q25 (08107I25) 4 OBlfl7�2025 � 08/1,3/2025 Issue Fnr Cnns[ruction SeC 8.7.2425 sQalo�lzs) S I 68/67�2025 09I04�025 Issue Far Construction Set 8.7.2625 4Q810725) h OBIQ712025 08/13/2025 Issue For Construction Set 8.7.2i125 {Q8107R5) 5 08ID7RU25 04104Ra25 �ssue Far Construction Set 8.7.2fl25 S�g107l25) � �s a,o BL�GKLAHD PARTNERS 8lackland Partners, LLC Printed on Wed Oct B, 2025 at 12:33 pm CDT fob �:Z50ZN BandsRanch Fart Worth, Texas � . - C60a PAVINGDETAILS A DB10712025 08113/2025 IssueforConstructionSet9.7.2425 (08/07�25) C6p4 AAVII�G �ETAILS 5 i38�47j2025 09/�4R�1Z5 Issue ForConstruction Set0.7.2625 ia�107�25} C605 PAVING 6ETAILS 4 OBjU7J2025 081i3R�25 Is5ue For Construetion SeC 8.7.2025 iQ81a�lz5) C6G5 PAVING 6ETAILS 5 08I07/2025 f 0 910 412 0 2 5 Issue Pnr Construction Se[ 8.7.2(I25 1 SQ&l07R5) E-1.0 E-1.6 E-1.1 E-1.1 �-z.o E-2.0 E-2.1 E-2.1 E-2,2 E-2.2 E-3.0 E-3.0 E-3.A E-3.1 E-3.2 E-3.2 E-h E-4 ELECTRICAL COVER SHEFT ELECTN1CAl. CDVER SHEEi �LECTRICAL COVER SH Ek`7 ELECTRICAL COV�R SH�Ef ElEC7RICAL PLAN - CLL1BIiOt15E ELEC7RICAL PLAN • CLUBFiOl15E ELEC'TRICALNOTES-CLUBHQU5E ELECTRICAL Np7ES - CLl16NpUSE LIGHTING PL4N - CLUBFi0U5E LIGHTING PLAN - GLUBHOl15E ELECTRICAL PLAN - UIVITS ELECTRICA� PLAN - UNITS ELECTRICP.L PU1N-UNITS ELECTRICAL PLAN - UNITS ELECTR[CAL PLAN -11NIT5 ELECTR[CAL Pi.AN - L1PlIT5 ELEC7RECAL SERVICE �ETAILS ELECTRSCAL SERV€C� �ETAILS 2 OBI07I2025 3 08l07R025 2 OBI07R025 3 08107RU25 z asla��zazs 3 08107R425 2 08107R025 3 08107R425 1 08107R025 Z o8/p7/2U25 2 0�107l2p25 3 09/07/2025 2 0&107�2025 3 48107R025 z nsrn��zozs 3 OBIfli1202S 2 OB!{77R025 3 OBl07R025 08113R02S Issue For Construction Set 8J.2fl25 (06107I25) 69104R025 �ssue For Construttion Set 8.7.2025 {06�071�5) 6617�3l2025 �ssue For Construction Set 8,7.2025 106/071z51 69l0�12025 355ue Fpr Constsuctinn Sek 8.7.2025 {pBI07/25) 06�13R025 �Ssue For Constru�[ian Se[ 8.7,2025 (U9/07J25) 09l04f2025 �ssuePorCanstructian5et8.7.2025 (06i07R5) U8113Ra25 Issus Fqr ConstrucEinn Set 8.7.2025 I��107I25) 0 910 412 0 2 5 Issve For Consiru�Eion SeE 8.7.2025 (0�107125} 08113R025 Issue Far Construc[ion Set 8.7.2025 (OB/07125) 09/04/2025 Issue For Consiruction Set 6.7.2025 (oalo-�lzs} p9�13�2p25 �ssue Far Construdion SeY 6.7.2025 faala�lzs} 09(04nU25 Issue For Construction Sei 8.7.2D25 (09�U7)25} OB/13J2U25 �ssue For Construction Set 6.7.2025 toelo��zs) 09lQa12�25 �ssue Far Constru�tion Set �.7.2025 [oara�asy 08/13j2025 Issue Far Canstructian Set 6.7.2a25 (08lfl7R5) 09/04l2025 Issue For Construction Set 8.7.2425 SQ&(07I25) p������x� IssueForConstruction5e[8.7.2425 iaaro�rxsl 69104R025 �ssue Far Conskructipn Set S-7.Z025 iD6lD712S) Pa¢e I6 el a0 BLlLCK�AND PARTNERS Bfackland Partners. LLC E-5.0 �-s.a E-S.i E-5.1 E-6.0 e-�.o E-5.1 E-S.1 E-7 E-7 E-B E»B E-9 E-9 EL-1.0 EL-1.0 EL-1.1 EL-1.1 e�-z.o EL-2.4 EL-2.1 EL-2.1 EL-2.2 Fi�CTRICAL5CHEPULE5 EiECTRIGe1L SCHE4ULE5 E'LECTRICAL SCHEPi1LES EL�CTRICALSCHE[7UL�S EI.EC"I'R[CAL RISER F3IAGRAP/S • METER CENTERS ELEC7REC?,L RISER �IAGRAMS • MEiER CEN7ER5 ELECTRICAL RISER DIAGRAMS - LLUBHOUSE & HQ115� SERVICES ELECTRiCAL RISER DIAGR.4M5 - CLUSHOLfSE & HOUSE SERVICES FtREALARM SYSiEM NOiES & �ETAILS FiRE ALAAM SYSiEM NO7E5 & �ET'AILS EL£CTRICAL SPECiFiCAT10N5 ELECTRICAL SPECIFlCAilONS ELEGTRICAL SPECIFICATIDNS ELECTRICAL SPECIFICA710N5 ELEC7RICAE.I liGFfi1NG PIAN - BU[�dING 7YPE 1 �LEGT#iICaL! 41GHTING PL.Asu - eU€LuiNG TYPE I ELECTRICAL / L3GHTING PLAN - B113L�]NG TYPE I& NOTES ELECTRIEhL J LiGHTING PL.AAI - Bl1iLB]NG TYPE I& MOTE5 E�EC7kICAL / LIGH7ING PLAN - 6WLb1NG TYPE Ik ELECTRICAL 1 LIGH7ENG P1AN - 9LfILDING iYP� I[ ELECTR[CAL 1 LIGHTENG P!_AN - 81]ILDING iYPE II ELECiRSCAL 1 LIGYlT1NG PLAN - BUIL�ING?YPE li \'.S ELECTRtCAl/ LIGH7iNG PIAN - BUILOING TYPE I I 2 68107R025 3 OSIa7)2025 2 OSlQ72025 3 08/47/2025 2 OBlQ712025 3 OBIflllz025 2 OB/07Iz025 3 08�07/2025 2 OB/07/2625 3 08r07/2025 2 08l07I2625 3 08107R�25 2 pelOi12025 3 08I071�025 2 0&l07R025 3 08107R025 2 08107/2fl25 3 USIU7/2025 2 ❑6�47�2025 3 ti6!€17l2025 2 OBI07I2025 3 OBI07l202S 2 OB/07l2025 Printed nn Wed Qct 8, 2025 at 12:33 pm COT job #:25n2N Bonds Rancn Fart Worth, Texas 08113/2425 �ssue For Construction Set 8.7.2025 (0�/o�125E 091Q41�025 �ssue For Construc[ion Set 8.7.2U25 (08/07�25j 08J13/2025 Issue Fnr Canstru�tion Set 87.2U25 roalo�ns) 09104R�125 Issue For Canstrudlon Set 8.7.2Q25 ioe/o7l25} 08�13RflZ5 Issue Por Construction Set 83.2025 (aa1o�lz5i p41q4�2025 fssue For Canstruction Set 8.7.2U25 (QB107I251 08/13R025 Essue For Canstruction Set 8.7.2fl25 {OBl07I25) 09104R025 �ssue Far Constructian Set 8.7.2U25 {QBltl7l25j 0�/i312025 �ssue Far Construckian 5ek 8.7.2025 (UBI07I�5) 09/0412025 �ssue For Canskructicrn Sek 8.7.2p25 {Uef0i125) OBIi312025 �ssue FarConsEru[tian Set8.7.2025 (08I07l25) �9��q�Zp�� IssueFarEnnsEructinn5et8.7.2025 (OBIU7R5) OBl13I202S IssueForConsYruction5ei8.7.2025 (08/07/25) 09I0412025 Issue For ConsYructinn Set 6.7.2�25 [08l07125) OBl13R025 �55ue ForConsYruCYion SeY BJ.2025 taara��zs} 09f0AR025 �ssue ForConstruction Set 8.7.2025 ca8lo�lzsi 08J33�2U25 �ssue For Canstructian Set 8.7.2D25 [08JE}7�29j 09104RU25 �ssue For Canstruction Set 8.7.2625 (08147R5} 08J13l2425 �SSue Far Cons[ructian Set 8.7.2Q25 roala�rzss 09104R025 �55ue Far Constnlction Set 8.7.2Q25 (OS107RSj Q&�13�2025 �ssueForCon5truction5eC8.7.2025 {as1o�/zs) U9104l2025 �ssue ForConstruction Set 8.7.2025 {Q6107R5) 48113R025 issue For Canskruckion Sek 8.7.2025 ��� v w.e BLA��LAN� PRR7kER5 8lackland Partners, LLC Printed pn Wed Oct 8, 2025 at 12:33 pm C�T Joh #:2502N Bands Ranch Fort lNorth, Taxas ' � - - toslo�lz5} �l.-2.2 ELELTRICAL ! L3GW3lNG PLAN - 8U1L€}]NG'fYPE II 3 08�07/2025 09l04R625 �ssue For Constructian SeY 8.7.2025 tos/a�1zs} EL-3.0 ELECTRICP.L J L1GHTING PLAN - BUiLE31NG TYPE Ili 2 08)0712025 OB1131ZU25 �ssue Far Construction Set 8.7.2025 (08/U7)25} EL-3.D ELECTRICAL / L1GHTING PLAN - BU1LC71PoG TYPE 113 3 D8107R025 09l04R025 Issue For Construciian Set 8.7.2025 (08/G7R5} EL-3.1 ELECTRICAL / 11GHilNG PLAN - BUiL€}]tJG iYPE Ilf 2 08/07/2025 06I13RU25 �ssue Far Constru[tion Set 8.7.2025 (08/07�25} EL-3.1 ELECTRIChL! LiGHTiR1G PLAiJ - BU€LE}1NG TYPE III 3 081071ZU25 09l04R625 Issue For Canstruction Set 8.7.2025 (091U7125} EL-0..0 ELECTRICAi! LSGHiiNG PLAN - 8U[L�fNG "1"YPE 1V 2 081071�U25 08I1312625 �ssue Fnr Constrt�ction Set 8.7.2025 (08/67125} EL-A.0 ELECTRICAL! L[GHTING PI..AN - BlltL�;NG TYPE 1V 3 08/071ZUZ5 pg�pq�pZg Issue For ConstrucYion SeY 8.7.2025 (08/67R5} EL-4.1 ELECTAICAL/ L€GHiIWG PI..AN - 8U[LpiNG TYP� ]V 2 08I0712i125 06R3/2025 Issue Por Cansiruction Set 8.7.2025 �oB�67�25} EL-4.1 ELECTRICAL / LIGHTING PLAN - e�l[Lp{NG TYPE iV 3 p8l0712U25 09I04R025 Issue For Cpns[ruction Set 8.7.2025 [OB/07/25) EL-5A ELECT3tICALILSGHFINGPLRN-8ll(LDthlGiYPEV 2 08/U71Za25 08I131�025 IssueForCons[ruc[ionSet8.7.2p25 (OB/07R5} EL-5.0 ELECTRICAC! LIGHT1h3G PLRN - BiJkLQ[htG TYPE V 3 08IQ712025 09I04R�z5 ISsue Faf Cnn5tRlCtion SeE $.7.2025 [OB/07I25) EL-5.1 ELECTRICAL! LIGHTING pLAN - 9tJILPIM1'G TYPE Y 2 0810i(Z02S OBI19R025 Issue For ConsiruGEion SeE 8.7.2025 [06/07J25J EL-5.1 E�ECTRICAL! LIGHTING PLAN - BUILDfNG TYPE V 3 0810iI2425 09ID412025 Issue For Cons[ruc[inn SeE 8.7.2025 [08/07I25) EL-6.0 ELECTRICAL � LIGNTING PLAN - BUIL�ING TYPE VI 2 08�07l2Q25 U8/132a25 Iss�e Far Constru[tian Set 8.7.2025 (U6107R51 E1.-6.0 ELECTRICAL� LIGHT1M1fG PLAN - 6UILOING TYPE VI 3 08107l2D25 U9l0412025 �ssue FarEanstruction 5eC8.7.2025 [08/07R5) EL-6.1 ELECTRICAL I LIGHTING PLAN - BUILOING TYPE VI 2 a8l07/2U25 UBl13/2025 355ue For Canstru[tian Set 8.7.2025 {p6107R5) £L-6.i ELEC"IRICAL! LIGNTING PLAN - BUIL�ING TlPE VI 3 08f07l2025 fl4l041Z025 �ssue For Canstruction Set 8.7.2025 (Q6/07l25) EL-7.0 ELEE7RICAL / LIGhtTWG PLAN - BUIt�WG TYPE VIt 2 08J07/2025 68/1312025 �ssue For Constructian Set 8.7.2025 (OB/O7RSJ EL-iA ELECTRICAL I LIGNTING PLAN - B111L�ING TYPE VIE 3 08107RU25 09l�9R025 Issue �or Constructiun 5et 8.7.2025 �oa�a��zs� �L-7.I ELECTRICAL! LIGHTING PLAN - 6111LOING TYPE VI[ 2 o810N2U25 OBl13R025 �ssue ParConstructian Set8.7.2025 (06/071251 EL-7.i ELECTRICAL! LIGHT]NG PLliN - 6UIL�ING TYPE VI[ 3 08107l2U25 09l�QR�25 �ssue For Canstrudion Set 8.7.2025 {UBf07125) vaqe �a e( ¢o BLACKL�HD PARYN ERS Bla�kland Partners, LLC Prinked on Wed dct 8, 2025 at 12:33 pm CbT job #:250ZN Bonds Ranch Fart Worth. Texas FP-1 FIRE PROTECT]ON SPECIFICAT]ONS AND 6Ef"A[LS 2 OBIF�712G25 08113�2p2S Issue For Construction Set 6.7.2tF25 (08107R5j FP-1 FIRE PROTECT]OiV SPECIFICAT]ONS AN� QETAfLS 3 t78lD7/2G25 09IU4�2p2S Issue For Canstruction Set 8.7.2625 (08107I25j FP-2 FIRE PROTELTION PLAN - CLUBHOUSE 1 (i8/F}712025 08/13/2fl2S Issue For Cons[ruction Set 8.7.2425 (08107I25j FP-2 FIRE PROTECTION PLAN - CLUBHOU5E 2 fl8lfl7l�02S 09I04l2025 Issue For Constructian Set 8J.2425 (08J07I25) Ip-OAO COVER SMEEi 2 U7I24R025 081I3R025 Issue For Constnrction Sek 8.7.2�25 (U$l07I25) 10-O.Oi AMENITY FIN15H SCH£�ULE 2 07l24I2025 6$11312025 �ssue Far ConsCructian Set 8.7.2fl25 4D6/07R5) I�-O.OIA AMENITY FIN15H SCHEOULE 1 07�24�2025 U$/S3�Z025 E$sue Far ConsCrucCion Set 8.7.2fl25 f68/07/25) 1�-0.018 AMENI7Y FfNISH SCHEOI]LE 1 07(24�2025 UB�i3R�z5 �ssue For Construdion Set 8.7.2U25 S66/07/25) I�-0.02 AMENITY �ECORAIIV� LIGHTING SCHEDLILE .2 07I�aI2025 pg�7,3�p�5 �ssue Far Construction Set 8.7.2025 �06107125) I�-0.03 AMENITYAPPLIANCESCH��ULE � 07/24/2p25 Qg�lg/2p2g lssueForEnnstructivn5et8.7.2025 jU8107/25) 1��0.04 UNITFINISHSCFEE�UI.E 2 07124R625 QBli3Ra25 �ssueForConstn+ckionSet8.7.2025 146/0712s) I�-0.05 UNIT�EE6RATIVELIGHTINGSCHEDULE 2 07/2Gl2f125 08/132025 IssueForCanstructianSe[S.i.2025 (U8/07l2S) l€7-0.06 UNITAPPLIANCESCHEpULE 2 07124l2025 98I13R025 Issue�orCnnsEruction5et$.7.2025 (fl8107125) f0-1.00 ��LOaR PI AN 2 071241�QZ5 06113R025 Iss�e FarConsttuctian 5et8.7.2025 � fflBf07J25) [b-2.00 �INISH PLAN 2 071241�425 OBj13R025 Issue ForConsirucEion 5e[8.7.2025 (OBI07/25J iD-3.00 RCP 2 07/�412025 OBI13R025 Iss�eFarConstruct'snnSet8.7.2025 (08107125) III-4.00 ENLARGE€� PLP.I�S 2 07�2412t325 qg/1��p�,5 Issue For ConsYruction Set 8.7.2025 (08/U7R5} iIJ-S.OU FURNk7UR�lEL.EC7RICAL PI...AN 2 U7R4/2025 09I13R625 �ssue For Construc[ion Set 8.7.2025 (08/471�5j 1p-6.OD INTERIOR ELEVATIQNS 2 07l2A12025 OB/13Ra25 �ssue Far Canstructian Set 8.7.2025 (08lR712S} I�-6.41 [NTERIOR ELEVATION5 2 07R412025 08113/2025 (ssue Fw Canstructian Set 8.7.2Q25 �osia�rzsi 10-6.02 tM1lTER[OR ELEVATIONS 2 fl712412025 08/13j2425 Issue For Cnnstructian Set 8.7.2025 (08107l2S} II�-6.03 [NTER[ORELEVATlaNS 2 072412025 08113R025 �ssueParConStructionSet8.7.2Q25 i081o7/25) v.xi9 m,u BL�CKLkHD PAR7NER5 BlackEand Partners, LLC Printed on Wed Oct 8, 2025 at 12:33 pm Cpi Job #:25Q2N 8onds Ranch Fort Worth. Texas . � �. �. IP-6.04 [NTER[DR ELEVATIONS 7 a712A120Z5 OB/13�2Q25 �ssue Far Constru[tian 5et 8.7.2025 (08�U7R5) ID-7.00 ENTERfOR�ETAILS 2 07/20./2025 08113l2025 �ssueForCanstru[Cion5et8J.2025 (08I07RSy roa.oi ENTEREOR OETAILS 2 07l24R025 08113l2Q25 I55ue for Canstrudion Set 8.7.2Q25 (08I07I25j [0-7.02 iNTER10A �ETAliS 2 fl724R025 08/13/2025 Issue For CanstrucYion Set 8.7.2025 (68I07I25) SO-7.03 1NTERiOR �ETAILS 1 07R4R025 08123/2Q25 Issue For Canstrudion Set 8.7.2025 (08l07I25) tl � L O.Op COVER SHEET 2 08108R025 661i3/2025 Essue Far Canstruction Set 8.7.2025 (OB/07/25) l 0.00 COVER SHEE7' 3 08107R025 0910AR025 �ssue Por Canstru[tion Set 8.7.2025 {08�07Ji5) L 1.00 AAAENiTY SCHE�ULE AN� WERALL PLAN 2 0810BRU25 08/132025 lssue For Constru�tion Set 8.7.2025 (08107/2S) L 1.00 AM�NI7Y SCF[EOU�EANb OUERALL PLAN 3 081�7RQ25 09104RU25 Issue FprCpns£rucEion Set8.7.2025 (08107I25) L 1.01 ACCESSIBILI7Y NpTES 2 08/08�2025 08113R025 Issue For CpnsYruction Set 8.7.2025 (08107125) L 1.61 ACCESSIBILIIY NOTES 3 08107R025 09/04/2025 �ssue Far Constru[tian Sat 8,7.2025 (08/07125} L I.02 H,4Ra5CAPE NQTES 2 OSl08/2025 OS/13/2Q25 �ssue Far Construction Set 6.7.2025 (08/Q7R5} L 2.02 HAR�SCAPE NO7E5 3 D8l67IZ025 09lQ4/2625 �ssue For Constructian 5et 8.7.2025 (08/07l75} L 1.E0 HAR�SCAPE PLAN . 2 06148I2tl25 l 08113I242S �ssue Fnr Constructiar� Set 8.7.2025 f (08IQ7125f L 1.I0 HAROSCAPE PLAN 3 UB/67(2025 09I04/2�25 Issue for Construction Set 8.7.2U25 (08l07I25) t, 1,11 HAR�SCAPE PLAN 2 08I0812025 08/13(2025 Issue For Construction Set 8.7.2�25 io-e/o�Rs) !. l.11 HAROSCAP@ FLAiJ 3 OBI�7/2025 09I04�2U25 Issue For ConsCruc[ion Se[ 8.7.2025 (U8l07R5) L 1.12 HAFt�SCAPE PLAN 2 08I08�2025 46I131�D25 kssue Far Construction Set 8.7.2U25 ;DB107/25) L 1.12 HAR�SCAPE PtAN 3 08107RU25 49l04/2025 �ssue For Constructian Set 8.7.2025 {OBJ071Z5) L 1.73 HAR�SCAPE PLAH 2 O8108�2425 U8/1 312 0 2 5 �ssue for Canstruction Set 8.7.2025 [08107R5) l 1,�.3 HAR�SCAPE PLAN 3 08/07R�Z5 09104R025 Issue For Cnnstruction Set 6.7.2025 I091U7125) L1.14 HARQ5CAPE PLAN 2 0810812U25 OBI13R025 Issue Fnr Construciion SeY 6.7.2025 (08/Q7�25} vao� xo w �o ��ACK«�o PARTMERS Blackland Fartners, LLC Printed on Wed Oct 8, 2025 at 1233 pm C�T JoE� �fi: 2502N Bonds Ranch Fart Worth, Texas � . �_ �� Ll.i0. HA4YOSCAPE PLAN 3 OBIUi12025 491tl412025 �ssue Far Construction Set 8.7.2fl25 4os1o7lz5) L 1.i5 HARDSCAPF PLAN 2 OBIQBI2025 pg��,3�p�5 E$sue Fnr Cnnstr�ction Set 8.7.2U25 (OBl07R5] L 1.15 HAR�SCAPE PLAN 3 tlBl07l2025 69Ip4l2025 €ssue For Cnnstructian Set 8.7.2025 ;Q6107R5) L 1.16 HARDSCAPE PLAN 2 09I08I2025 4$li312025 �ssue Far Cnnstructinn Set 8.7.Z025 ;Q6107R5) L 1.16 HARASCAP� PtAN 3 09/07/2025 G910a/2025 �ssue For Cnnstructian Set 8.7.2025 106l071z5) L 1.17 A f'OOL HARl75CAPE PLAN 2 08lOB12U25 QBli3l2025 �ssue For Construction Set 8.7.2025 {p6107l25) L 1.17 A POOL HAR�SCAPE PLAN 3 08107Iz425 09I04(2025 �55ue For Canstructinn Set 8.7.Z025 [D6107125) L 1.17 B POOi LAYOUT PLAN 2 08108l2U25 D61132025 �Ssue For Cpnstruction Set 8,7.2p25 cos�o�rzs� L 1.17 B PO6F. LAY011T PLAN 3 �8107/2Q25 U9IU4R025 lssue for Consttuctinn Set 8.7.2025 (U8107125) L 1.17 C POOL GA4�ING PLAN 2 08108IZQ�5 UBI13R025 Issue FarConstruction 5et8.7.2025 (U8/07125) L 1.17 C PO�L GRA�iNG PLAN 3 08J07/2425 09I09R025 Issue Kor Canstruc€ipn SeE 8.7.2025 [08/o71Z5] L 1.2U HAROSCAPE �EE"AILS 2 0810812625 OBI132a25 Issue For Construction Sei 6.7.2025 (OB�07125} L 1.2U HAR�SCAPE �EF"AILS 3 08)0712025 09I04R�25 Issue Far Construction Set 8.7.2025 �aaiar�zsl L 7.21 HARpSCqpE DE'fA1LS 2 0810812U25 08I13R025 Issue For Construc[ion Sat 8.71025 fos�a�nsl l. 7..21 HAR�SCAPE I7E7AiLS 3 08ID7J2U25 09l0412025 Issue For Construction SeY 6.7.2025 I06107R51 L 1.22 HAROSCAPE OETAILS 2 081081Zfl25 09I131Z025 �ssue For Construdion Sei 6.7.2025 (08/07R5} L i.22 HARDSCAPE �ETAIES 3 08/O7/2025 09I04Ra75 �ssue Fnr Construckion Set 6.7.2025 [09�t}7)25} L 1.23 HAR�SfAPE �ETAliS 2 48)08/2025 08�13Ra25 Issue For Construction Set 8.7,2p25 (08JQ7)25) L i.23 HARDSCRPE �ETAILS 3 68/07/2025 Q91Q4�2pz5 Issue Far Con5trurtiort Set 8.7.2025 (081U7/25j LI.24 HAR�SCRPE�ET'AILS 2 fl81�1612025 08113j2025 IssuefarCanstruction5et8.7.2a25 (081fl725j L1.24 HARaSCAPE�ETAILS 3 UBlOi12025 09I04I202S IssueForConstructionSe[8.7.2425 caa�o��zs� LI.25 HAR�SCAPE�ETAILS 2 fl6lQ6120Z5 08113R025 IssueForCanstructionse[a.7.Zo25 cna�o7�xsy LI.25 NAR�SCAPE DETAILS 3 UBI0712025 09I04l2025 Issue ForConskruc[ion Sek8.7.2�325 s�zxa.o BLI�CKLkHD PARTNERS Blackiand Partners, LLC L 1.26 L 1.25 L 1.27 L I.27 L 2.�0 L 2.Q� L 2.01 L2AY L 2,02 L 2.U2 L 2.U3 L 2.Q3 L 2.D4 L 2.04 L 2.10 L 2.10 L 2.11 L 2,11 L 2.12 L 2.12 L 2.13 L 2.13 HAROSG4PE �ETAILS HAR�SCAPE DETAILS HARUSCAPE DETAILS HARDSCAPE PETAILS LANP5CAPE NO't'�S LAN �SCAPE NOTES LANpSCAPE NO7E5 E.AFdpSCAPE NOTES €..AAiDSCAPE NOTES tAN�SCAPE NOTES PLAI�f SCH�PULE plJals€"f 5CH�bl1�E PLAN7ING AETAILS PLANTING DETAIL5 LAN�SCAP�PLAN L4NdSCAPE PLAA3 LAN�SCAPE PLAN LANOSCP.PE PL4N LANQ5CAPEPLAN LAN�SG4PEPLAN LA3VDSCAPE PLAN � LANDSG4PE PLAN 2 08108I2U25 3 08Ip7l2025 ] oaloalzozs 2 08107R025 3 O8lOSR025 4 481U7R025 3 461D812025 4 461a7R025 3 U616612025 4 QB(47�20�5 3 08lOBROZS A 08�07R025 3 OBIOBR025 a ae�ouzozs 3 08r06�2025 4 OSf�7Iz025 3 08108(2625 4 09107/2025 3 081�8R425 4 08/07/2UZ5 3 081�8/2o2S 9 08/07/2025 Printed on Wed Oct 8, 2025 at 12:33 pm CC7i Job �: �SQZN Bonds Ranch Fort Worth, Texas roa�o��zs} q��1��o-2� Issue Far Construction SeY 8.7.2025 [08/D7125) 04I0412025 �ssue Far Canstruction Set 6.7.2025 (08lD7R5} OB/13)2Q25 �ssue Fnr Constructian Set 6.7.2025 [08J07R5} 09104RQz5 �ssue Far Construdion Set 8.7.2025 (081Q7125} 08113R625 �ssue For Canstruction Set 8,7,2025 (081a7125► 091Q4l2025 �ssue Far Cnnstructian Set 8.7.2025 fas1��lzsf U811 312 0 2 5 Issue Fnr Constructipn Sek 6.7.2025 (08Ifl7125j - - -- 09104I2025 Issue Far Canstruction Set 9.7.2U25 (08107I25� 0 811 312 0 2 5 Issue For Construction Set 9.7.2025 (n81a7lzS) 091�4Rflz5 Issue For Canstrudion Set 8.7.2625 (o-a1o�lzs) 081i3/2U25 f55ue For Con5truetion 5et 8.7.2a25 (R8107l2S) 09/04R025 �Ssue Far Constrvction Sek 8.7.2U25 (08107l2S) OSli3R025 Essue Far Construcdon Set 8.7.2U25 ;D6/07I25) 09104R025 fssue Far Construction Set 8.7.2U25 {06107l25) Q6�13�2025 issue For Constructian Set $.7.2025 [OBl07/25j 09�04l2025 �ssue For Canstructian 5et 8.7.2025 {OB/O7R5) OBIi3J2025 �ssue Far Canstrurtion Set 8.7.2025 (06�07l25) �91U4/202§ Issue Far Consirucdon Se[ 8.7.2025 (08107/25) 08I13R025 Issue Far ConstruRian Set B.7.2025 (OBl071251 09l�4RU25 Issue Far Construction Set 8.7.2025 fas�a�lzs} OB/13)Z025 Issue For Construdion Set 8.7.2025 [09�Q7)25} 09la�R425 �Ssue For Canstructian Set @.7.2025 roara�lzsl Paqe 2] o! 40 BLACK«N� FpRFNERS 8lackland Partners, LLC L 2.1a L 2.14 L 2.15 L 2.15 L 2.16 L 2.1fi L 2.17 L 2.17 LI-001 LI-001 LI-100 LI-100 LI-101 LI-101 LI-J 02 LI-102 LI-103 LI-103 LI-104 LI-104 LI-105 LI-105 LI-106 LANDSG4PE PLAN LAN�SG4PEPLAM LANi35CAPE PLAN LANASCAPEPLAN LANDSCAPE PL4N LAN �SCAPE PL4N P6DL LAk�SCAPE PL.AN POOL LAFfOSCAPE PLAN IRRIGAT[ON NOTES AND LEGEN❑ [RRIGAT[ON NOTES ANO LEGEN� OVERALL IEIRIGATION PLAN OVERALL IRRIGATI�N YWN IRAIGAT[ON PLAN [RRIGATEpN PI AN ERRIGA710N ?I AN tRRIGATtDN F'LAN IRRIGAT30N PLAiV ERRIGAT[ON PLAN [RRIGAT€ON PLAN lRRIGAT30N PLAN iftRIGATION PLAN iRRIC�A"f]ON PLAN iRRIGAT30N PLAN PrinYed an Wed Oct 8, 2025 aY 12:33 pm CDT Job #:2502N BondsRanch Fort Worth, Texas 3 08108R025 I 06I13�2025 �s5ue F6Y Construction Set 8.7.2025 (08/07�25} 4 08107R025 09I04RU25 �ssue Fnr Construction Set 8.7.2025 (os�a��zs} 3 08�08/2025 OBl13R025 �ssue Far Constructian 5et 6.7.2025 (DB/G7125} 4 U8�0712025 09l04Ra25 �ssue Fur Gonstructian Set 6.7.2025 (D8JQ7125} 3 D8108R025 08I13R025 �ssue Far Construdian Set 8.7.2U25 (08147125} 9 48107l2025 091Q4R025 �ssue Fvr Canstruction Set 6.7.2025 (08107/25► 3 D$l0812025 08J13�2�25 155ueFarConStru�tionSet@,7,2a25 toaJa�lzsl 4 48�07/2025 09l44R025 �ssue Fw Constructioa Set 8.7,202$ coeJa�lzsl 7. OS10812025 08113R025 �ssueFarConstrudion5et6.7,2625 (08147/25► 2 a8/07�2025 091U4�2p25 �ssue Far Cnnstruction Set 6.7.2025 (08167l25y 1 US/08�2025 08J13/2025 �ssue For Canstructian Set @.7.2U25 (De/0712Sf 2 Q810712025 091Q4R�25 �ssueFarCanstru�tion5et8,7.2025 �oa�n��zsy 11 68168/2025 pg1�3�4�§ [�55ueFarCanstruction5et8.7.2a25 I F (08107I25j 2 4&lU712025 091i14l2025 �s5ue Far Constru[tiait Set 8.7.2p2S f08147R5� 1 481U&)2025 U8l13R025 �ssueForConstruc#ian5et6.7.2625 (p81fl7125i 2 48�U7/2025 091Q4R025 �SsueForCpnstructipn5ek8.7.2025 (08107j25j 1 QSl0812025 08113I2025 �Ssue Far Construction Set 8.7.2025 (08J07RSj 2 OSlD712025 WlQ4/2625 �ssue Far Construdian Set 8.7.2U25 (�elu71z5j 1 QS/USJ2025 08113R025 Issue For Construction Set 8.7.2U25 (U8J07I�5j 2 flB1EF712�25 09/042025 IssueforConstruction5e[8.7.2U25 (U8107R5j 1 98IQ612025 081I3R025 IssueForCanstruction5et8.7.2025 (U8107R5} 2 OB/07�2�25 09I�4/2025 Issue For Cons[rucYinn Set 8.7.2025 (Q&/07R5] 1 I OB�OBR025 � 0&/I3RflZ5 I[ssue For Canstruction Set 8.7.Z025 r� z3 0� ao BLA��LAN� Blackland Partners, LLC Printed on Wed OcE B, 2025 at 12:33 pm C�T Job #: 2502N Bands Ranch Fart Worth, Taxas 4uela7l25) LI-lU6 IRRIGATION PLArt[ 2 08IO7f2025 04104R025 fssue For Constru[tion Set 8.7.2{l25 4oslo7lzs) L[-SflI IRRtGATIQN DETAILS 1 OBIOBR025 46113R025 �ssue For CansCrueCian SeC 8.7.2025 ;66107R5] L[»54I IRR[GA'F1QN�EiAILS 2 �Br07�2025 09�04/2025 �ssueFarCon5truttionSeC8.7.2025 �OB1071z5) L[-542 IRRiGATIQN �ri'AILS 1 08l06/2025 UBIi3J2025 �ssue For Cansttu[tion Set 8.7.2025 {OE/071�5) LI-502 IRRIGATIOK OEiAILS 2 091U712U25 091�612025 �55ue For Canstru[tion Set 8.7.2025 (08107R51 LI-503 IRR1GA710A€ pET�AIL5 1 0810BRD25 08113R025 �ssue Fo� Canskructian Sek 8.7.2p2S (08/071251 Ll-503 IRR1GA71nl� QEfA1L5 2 08J07�2Q25 09109R025 Issue Por Construction Set 8.7.2025 (08107125) 3 'Y M-I.0 MECNANICAL COVER SHEET 2 08107R025 08113R025 Issue For Construction 5et 6.7.2025 (osio r�zs) M-AA MEGHANfCALGRVERSHEE7 3 0810712U25 09I04R025 IssueForCansirucfion5et8.7.2025 faaro�lzs} M-1.1 MECHAN[CAL COVER SHEET 2 08/07Rflz5 06�13R025 Issve For Canstruction Set 8.7.2025 [�8107125} M-1.7. MECHqNtCAL C6V�R SHEET 3 08/07/2025 09/04RD25 �ssue Far Constructian Set 8.7.2025 (D81Q71251 M-2.0 MECHANiCRL 5UPPLY PLAN - CLU6HRUSE 1 0&107R025 08l13RQ25 �ssue Far Construction Set 8.7.2Q25 (081U7125} M-2.0 A9ECHAI3ICAL SUPPLY PLAN - CLUBHQLISE 2 08/07/2025 091U4/2Q25 (�sue For Construction Set 8.7.2025 roa�a��zs) M-2.1 MECHANICAL FRESH AtR, EXHAIiST & RETURN PLAN - CLUBHOUSE 7. �8l0712025 p8l13/2025 �ssue Far Canstructinn Set 8.7.2025 (08�47�25k M-2.1 MECHANICAL FRESH ASR, EXHAUST & RETURN PLAN - CLUBF3QU5� 2 061�712025 09J64�2025 �Ssue For Canstruction Set 8.7.2025 (08l07�25f M-3.q MECHANICAL PLAN - llN]TS 2 OSl67�2025 08�13R025 Issue Fnr Constru�tion Set 87.2025 (08107l25j M-3,0 MECHANICAL PLAN - UN1T5 3 OB/47�2025 09)04R�Z5 Issue Fnr Construction Set 8.7.2U25 �aslo�lzs} M-3.1 MECHAPIICAL PLAN - UNITS 2 08lfl712025 08)I31�2p25 Issue Fnr Constructian Se[ 8.7.2625 snsro�rzs� M-3.1 MECHANICAL PLRN - UM1€IT5 S pB�Q7/2025 E191�4R�25 fssue Far Construction Set 8.7.2if25 i6Sl07I25) M-3.2 MECHANICAL PLAEJ • UN175 2 08107/2025 fl811312 0 2 5 �ssue Far Canstructian Set 8.7.2025 j46107125) M3.2 MECHANICAL PLAN - UNITS 3 081�7/2025 Q4l04R025 �ssue For Canstru[kian Set 8.7.2025 f08107125) Paqel4 d �a BL�ICKL�ND PART[dERS Blackland Partners, LLC M-4.0 M-4.fl M-4.1 M-4.I M-S Wt-5 MP-l.f} MP-E.Q MP-I.1 MP-I.1 MP-2.fl MP-2.D MP-21 MY-2.1 MP-2.2 MP-2.2 MP-3.0 MP-3.0 M P-3.1 MP-9.1 NiP-9.0 MP-�.0 MA-9.I MECHAN[CAL �EfdILS MECHAN[CAL DETAILS MECHANiCAL �ETAILS MECHANICAL �ETAILS M�CHANiCRL SPEL[FICATIDNS M�CHANiCAL SPEL[FICATIONS MECHANiCP,L / P�-UMBING PL.AN » 9L11L�ING TYPE [ MECHAISICAL / PLLMBING PLAN - Bl11LDING lVt'E [ MECHA�€ICAL / PLUMB[NG PLAN - BU[L�[NG TYPE 1& NQTES MECHANICAL / PLUMBtNG PLAN - 8L[LOIPlG 7YAE 3 S NDTES AAECHA.NICAL/ PLUMBING PLAN- BLIILDING TYPE EI MECHANICAL! PLLflAB1NG PL.AN- Bl11LDING TYPE II MECHANICAL! PLUMBiNG PLAN » BlliLtl3NG TYPE II M�CHANICAL / PLUMBiNG PI.AN - BU1Lp1NG TYPE II h4ECHANICALlPLUMB[NG PLAN - BUEL�€NG TYPE ]I MECHANICALlPLU3�18[NG PLAN - BfJIL�ENG 7YP� 31 WIECHAPIICRt! PU.iN€BING PLAN - 8U]L61NG TYPE II] MECHANICAL / PLUM8ING PLAN - 8L11L�ING TYPE Ill MEGHANICaC! pL11M61NG PLAN - BUILoING TYPE Ip MECHANICAL! PLUMBING PLAN - BUILDING TYPE I[I MECHANICAL / PLL]M61NG P€AN - BLfIIDING TYPE IV MECHANICRL! PUIMBING PLAN - 6UILDING TYPE IV MECHAPIICAL / PLUM6ING PLAN - 6UILC3ING TYPE IV 2 08�07j2025 3 08107R025 z aa�o»zozs 3 Q8�0712025 2 08107R025 3 08/07/2025 2 Q8la7�20i5 a as�o»zazs z�ns�a�lzazs I 3 48/07/2025 z asln�lzozs 3 48�Q7l202S 2 OBj(f7�2025 3 OBIfl712025 2 QBI{37l2025 3 OBjU7j2025 2 OBID7/2025 3 OBIU7R025 2 o8I�7I2p25 3 QB10712025 1 OSl07R025 2 08I07R625 2 08107R025 PrinYed on V4Jed Oct 8, 2Q25 at 12;33 pm CDT Job #:2502N 8onds Ranch Fork Worth, Texas OBI1312025 Issue For Construction Set 8.7.2025 (pg/�17125} 09l04RU25 �ssue Far Construction Set 8,7,2025 (08/07125? OB/13Ra25 (ssue Far ConstnaRian 5et 8.7.2025 tos�o7�zs} 09l04Ra�5 �ssue Far Canstructlan Set 8.7.2025 fD8/Q712S} 08I13RQ25 �SSue For Canstructiart Set B.i,20�S (08�Q7/25) 09I4412425 �ssue For Constru�tion Set 6.7.2025 (08147R5} 08J13j2625 �ssueForCanstructionSet87.2R25 toala�Izsf 09la4l2625 �ssue Far Construction SeY 8.7.2025 tos�o�izs� 08J13�2025 �ssueforCanstruction5et87.2025 �aslolas� 09104l2625 �ssue Far Canstruction Set 6,7.2a25 (081U7l�5� 08113/2425 �SsueForCanstrudionSetB.7.2425 coa�ar�zs� 09I64�2625 IssueFnrConstru[tinn5eY8.7.2U25 �aa�a�rzs) 08/13l2fl2S IssueForConstructinn5et8.7.2Q25 coeio�rzs� 09I04/2fl25 Issue For Construction Set 8.7.2Q25 (081q7l25) 08113R�7Z5 �SSueForCanstructipnSet8.7.2p2S cas�a��zsf 09/04Raz5 Issue Far ConstruStipn Set 8.7.2Q25 (U8107R5) 081I3/2025 Issue For Construction Set 8.7.2025 {08/07�25j 04104R025 Issue For Canstrtaction Set 8.7.2025 {Q81q7l25) 081131Zq25 �ssue For Construction Set 8.7.2U25 �08107I25) Q91Q4202S �ssue Far Constructian Set 8.7.2025 ;68/07/25) 46�132025 �ssueFarConstructionSet8.7.2025 i�6107l25) ❑910�R025 �ssue For Canstru[tion Set 8.7.2025 {p6/07125) QBli3l2025 is5ueForCan5t�u[tianSet8.7.2025 raye xs a ao BLAC��AND PARiN ERS Blackland Partners, LLC MP-Q.1 MP-S.f} MP-S.Q MP-5.1 MP-S.1 MP-6.0 MP-6.0 MP-6.1 MP-6.1 MP-7.0 MP-J.0 MP-7.1 MP-7.1 Mf'E7.0 M�E-1,0 A9PE-1.1 MPE•1.1 MPE•1.2 M PE-1.2 MPE-2 M PE-2 M v�-3.Q MECHANiCAL � PLUM6IKG PLAN - BLIIiDING TYPE lV MECHAN]CAL � PLUMBING PLAN • BLiIL�fNG TYPE V MECHAN]CALI PLUMBING PIAN - B111L�fIdG TYPE V MECHANICAL 1 PLt1M8lNG PLAN - B111L�[NG TYAE V MECHAN3('AL! pLUMBING PLAN - 6UILO[NG TYPE V MECHAN]CAUPLUMBING» BUfL�ING7YPE Vl MECWANICAUPLUMBING - BUlL01EJG TYPE Vl M�CHANICAL/ PLUMH[NG PLAN - BU[L�[NG TYPE VI MECWAIdICAL / PLUMH[NG PLAN - BUILOtNG IYPE VI MECHANICAL / PLi1MH[NG PLAN - BU[L�[NG 7YPE Vli MECHANICAL! PLUPAH[NG PI..AN � 0U[L�SNG TYPE Vli MECHANICAL! PLUMB[NG PLAN - BU[L�SNG TYP� Vli M�CHANICAL 1 PLUMHiNG PLAN - 8E1[LqiNG 7YPE VI3 51T� Ul1LITY PLAN SITE Ui141TY PVSN SITE ILLUMINATION PLAN SITE ILLUMINATION PiAIV EV CHARGER, PRQPAtdE GAS & L4NQSCAPE COORQ PLAN EV CHARGER, PRQPANE GAS & WNDSCAPE COORD PLAN SITE U7ILITY C?EfAILS & NDTES SI7E UTILITY CtETASLS & NOTES AMENITY BUIE.PING PI..AN5 & DEFAIL5 3 0&�07/2025 z aala�lzozs 3 U&�07)2025 2 68107�2025 3 U8l0712035 2 OSIU712025 3 QSlD7�2025 2 66lf1712025 3 681Q712025 2 661�712025 3 iiEIQ7/2025 2 D6167R025 3 OBl0712025 2 fl8l47120Z5 3 OBIfl712025 2 OB�D7�2025 3 OBIU7l2025 2 08I07I�025 3 OB/07/2025 2 OB(07IZ025 3 08107R625 � asra�rzozs PrinYecf on Wed Oct 8, 2025 aC 12:33 pm CDT Job #: 2502N Bonds Ranch Fart WorEh, Texas [08/Q712S} 09laal2025 �ssue For Canstruction 5et 8.7.2025 taala�125M 08113R025 �ssue Far Constru[tion Set 8,7,2025 [08JQ7�25} 091a4R025 �Ssue For Canstruction Set 8.7.2025 �oala7�zs1 08113Raz5 �SsueForCa�stru[tionSet6.7.2025 [09/07/25j 09fUAl2025 �SS�'� For Canstruction Set 3,7.2025 (08Ifl7125! 0 811 31202 5 �Ssue Par Construction Set 8.7.2025 (D8/{37R5) 09104�2025 �ssue Far Constructian Set 8.7.2625 (D8�fl7%25} 08/13/2025 Issue Fnr Canstructian 5et 8.7.2U25 (08107/25i 091El4R025 Issue For Canstruction 5et 8.7.2U25 (08Ifl7125j 08�13R425 Issue �or Cons[ruc[ion Set 8.7.2625 (08Ia7l25j D9l04j2025 Issue Far [anstruction Set 8.7.2E}25 {68)07/25j 08I13R025 Issue For Canstrudion Set 8.7.2625 (08107(25� 09I0412025 Issue For Cnnstruction Set 8.7.2025 caa�o�rzs� 08I13f2025 Issue Far ConSCruction Set 8.7.20Z5 (68/07l25y 04I04f2025 Issue For Canstruction Set 83.2025 caaio�rzs� 08/13�2025 Issue Far Construction Set 8J.2825 (081o7R5) 09/04RU25 Issue For Canstruc[ion Set 8.7.2025 iaslo�lzsy 08113R025 Issue For Canstruction Set 8.7.2ii25 {08107/25) U9104/2025 Essue For Construction Set 9.7.2U25 {0&lo7lz5l OB113R025 Essue Far Canstructian Set 8.7.2fi25 ;�6107125) Q9l04l2025 �ssue Far Canstructian Set 83.2025 �QBl07R5) QBl13/2025 �ssueForCanstructfnn5et8.7.2025 (06107R51 Paye 25 0140 ���#���.�I�D PARTNERS Blackland Partners, LLC Printed an Wed Oct 8, 2025 at 12:33 pm COT Jo6 #:2502N BondsRanch FOi't W6fCf1, Texas � . �_ �. MPE-3.0 AMENITY BU]LD1NG ALANS & �ETAILS 2 08107R025 09l00.R025 �5Sue FOr CpnStruCtipn Set 8.7.i025 (p�l07125} MPE-3.1 AMENI7Y BlliLUiNG PLANS, RfSER �IAGRAMS, & DETAILS 1 08�07/2025 OBI13Ra25 (ssue Far ConstrucYipn Set 8,7,2p25 (nelo�lz5} MPE-3.1 AMENITY HLf1L�ING YLANS, R[SER 0[AGEUaMS, & �ETAILS 2 08�0712025 09l04R025 �ssue Far Canstruction 5et 6.7.2025 (DBli17125} MPE-4A ROOF PLAIJ - S111L�1idG TYPE 1 2 D8107R025 OBI13RU25 �ssue For Constru[tlon 5et 8.7.2025 (D8IQ712S} MP�-4.0 ROOF PLAN - BUILDIidG 7YPE 1 3 081071Z025 09I04Ra25 �ssue For Canstructian Set 6.7.2025 (08/Q7R5} MPE-4.1 RODF PLA�u - EUILOING TYPE I I 2 D$l0712025 08l13I2D25 �ssue Far Construction Set B.7.2025 (081Q7125} MPE-4.1 RDOF ALAN - B111L�ItJG TYPE I I 3 QSlD712025 091E}4R025 �ssue For Canstru[tian 5et 8.7.2025 f08li17l25M P-1 PLCIMHING COVER SHE�T' 2 OS/U72025 08113R625 �ssue Fur Canstructian 5et 8.7.2025 (08/Lf7R5} P-1 PLCIM8ING EOV@R SH@ET 3 O�/U712025 091fl4/2025 �ssue For Construction Set 8.7.2U25 (081U7/25) P-2 PLUMBINGPl.4N-CLUBNOliSE 2 OBl6712025 08113/2025 �ssue�orConstruction5et8.7.24�5 (08J�7125} P-2 PLUMBINGPLAN-CLUBHOUSE . 3 flEla7/2025 0910d�20Z5 �ssueFor[onstructian5et8.7.2Q25 (08)07(25j P-3.0 PLUMSINGPLA�€-UNITS 2 48lQ7120Z5 � 08)13�2025 IssueForCanStruction5et8.7.2D25 (08/07I25) P-3.0 PLUR9BING PLAI� - liNl"1'S 3 flBlQ7l2025 09I04I2425 Issue For Canstruction Set 8.7.2U25 (0810725) P-3.3 PLllM81NCs pLAN - I1NI7S 2 �BIQ712025 08113I2025 Issue For Construction Set 83.2U25 (08107I25) P-3.1 PLUMBINGPLAN»UNITS 3 09lD7l�025 04I04/2025 IssueForConstruc[ion5e[83.2025 saa�a��zs) P-3.2 PLLIMBING PLAN - UNlTS 1 OB(67J2025 08/I3(2U25 Issue For Construction Set 8.7.20Z5 (a9107l25) P-3.2 PLllM81NG PLAN - UNlTS 2 OBI07l2025 04100.�2025 Issue For CanstrucSion Sek 8.7.2U25 E�sla7rzs) P-9 PLLfMBING-�EiAllS 2 OB/07�2025 OS�i3R025 �ssueForConstruction5ek8.7.2U25 jOeI07RS) P•4 PLL{MBING - DETAILS 3 08107R025 69/0412025 �ssue For Canst€uttion Set 8.7.2025 {p8107l25) ?-5.0 SEWEHRi5ER5 2 08107R025 fl61132025 �55ueForCan5truttiunSet8.7.2025 (OBI071Z5) P-5.0 SEWERRESERS 3 08J07/2425 09lfl4R025 IssueForCanstruGtionSet8.7.20�5 (OB/07125) P-5.1 SEWECiRES�RS � 2 08107/2025 4EI13f2025 IssueForCansiruction5eE8.7.2025 � (08107/ZS) r�v� n a 4a BL��KLAN� PARTNERS Blackland Partners, LLC Printed on Wed Oct 8, 2425 at 12:33 pm CDT Job #: 25p2PJ Bands itancF� Fort Worth, Texas , � ... �. - P•5.1 SEWER RISERS 3 08I07r2025 U9104/Z025 E55ue Far Cpnstructipn Set &.7.Zq2S ;OSl07l25} P-6.D WATER SLIPPLY RISERS - BLIILDINGS - 2 08107�2025 Q6113RU25 �55ue For ConStruttipn Sat 8.7,2025 {p8/Oi125) P-6.0 WATERSUPPLYRISEAS-BUILDINGS 3 08107/2U25 49/U42025 �ssusForConstruckinnSet8.7.2�25 (OB/Oi125) P-8.1 WATER SUPPLY RISERS - 6F11l.pINGS 2 08107/2425 98l132025 jssue For Construct€an Se[ SJ.2025 (U81071251 P-6.1 WA7ER Sl1PPLY RISERS - BUfL�[NGS 3 08107R�25 pglpq12025 Issue For Cnnstruction Set 8.7.2D25 (08/07R5) P-7.0 HQT & COL4] RISERS -11N175 2 08I�7l2025 OBI1312025 Issue For Construction Set 8.7.2025 (081071251 P-7.0 HOT & CO�i7 Rl5ER5 - UNITS 3 08/0712025 09l04R025 Issue Far Construction Set 6.7.2f125 roaia��z�> P-7.1 HOT & COLD R[SERS - UNITS 1 08�07/2425 08I13RU25 �ssue Far ConstrucYion SeY 8.7.2025 (08/47125} P-7.1 HOT & COLD RISERS - UNlTS 2 081D7J2025 09I04RU25 �ssue For Constnaction 5ec 8.7.2p25 (08l47125} P-7.2 HOT & COL� R15ER5 - UN[TS 1 USl07l2025 08113RaZ5 �ssue For Canstructian 5et 6.7.2025 td�la71z5} P-7.2 HOT & COLD ft15ER5 - tINETS 2 QSlU712025 ❑914ARa25 �Ss�� For Canstructian Set 8.7.2a2S (08/47�25► P•8.0 HOT 6 COLD SUPPLY RISERS - CLL18HO175E 1 OBlQ712025 0811312025 �ssue ior Construdion Set 6.7.2f�25 (0810725� P-8.0 1iOT & COL� Sl1PPLY R[SERS - CLl1BHOUSE 2 UBI67l2025 09/04/2025 Issue For Cvnstrudion Se[ 8.7.2Q2S (081Q7I25} P-8.1 SAN[TARYSEWERRISEFiS-CLU6HOUSE 1 49Ia71�025 08113lL025 IssueFarConstrudianSet8.7.2Q25 (U8107l25} P-8.1 SANtTARYSEWERRIS�RS-CLUBHOUSE 2 OBl07/2025 04104�2f325 Iss�eForCanstructionSet8.T.20Z5 (0&l07I25j P-9 PiUMBING SPECiF[CATIONS 2 OBlU71�025 081�3I2025 Iss�[e For Construction 5et 8.7.2025 sn�la�rzs) P-9 PLUMBING SPEC1FiC.4T16N5 3 OBl07I2025 09100.Rflz5 Issue Far Constnrction Set 8.7.2U25 {681Q7I25) 50-A Sp-i 50-2 SO-2 50-3 5TRUCTURAL SPEGFtCATIOtdS SiR11 CT U RA L. 5 P EC I Fi CAT[O N S 57RUC3UPAL SCHEPI]L£5 STRUE7LIRALSCHEDULES SHEARWALL SECT10N5 & OETAILS 2 08107/2025 3 081U712425 2 08107R425 3 08/07�2tY25 2 08I07J2U25 46113I2025 �ssue For ConsCruction SeC 8.71025 {Q61a7125) 69�04/2025 Issue For Construction Set 8.7.2025 (98107R5) U8�1312�z5 Issue For ConstrucEion Set 8.7.2025 (08107RS) 09I04Raz5 Issue For Can5Yruetion SeC 8.7.2025 [06107125) 08113R625 Issue For LonstrucYian S�Y 8.7.2025 (08/47125} e�� xe o� ao BL�CKL�ND Blackfand Partners, LLC 50-3 SO-4 50-4 Sl-0 Sl-0 51-1 Sl-1 51-1A Sl-lA SI-2 S y2 51-3 513 S 1-4 51»4 52-0 52-0 52-OA 52-OA 52-i 52-1 52-1A sz-an SHFARWALL SFCi101d5 & l]EiF11[.5 EXTERIOR WALL CLIP & SFMP �ETAILS EXTERIOR WALL CLIP & STRAP �EfA[LS BUiLi31NG TYP@ i-SLAB FORMING PLAN 8U]LD1P1G TYPE I-SLAB FORMING PL4N BUiLt?]NG TYPE ! - F6UNDATIDN PLAN 6UILDING TYPE I- FOUMDAT10td PLAN BUILDING TYPE I- BUIL�ING 4 F�UNDP,TION PLAN 6UIL�ING TYPE i- BUIL�ING 4 FOUNPA'3lON PLAN 6l]IL�ING 7YPE i- 2NP FL�QR FRAMING & 15T F1.QQR BRAC[NG PtAN BUII.DWG TYPE 1- 2N� FLOOR FRAMI�IG & 15T FLOOR BRAC[NG PLAN BllIL�ING TYPE 1- 3R� FL04R FRAMING & 2ND FLOOR BRACING PLAN SUIL�ING TYPE I- 3R6 FLOOR FRP.MING & 2N� FLOOR BRACING PLAN SUIL�ING TYPE 1- ROOF FRAMING & 3RU FLOOR SRACING PLAN BUILDING TYPE I- ROOF FR4MING & 3RO FLOOR BRACING PLAN BUILOINGTYPE Il-SLAB FORMIIJG PIAN BUILpING 7YPE IE - SIAB FORMING PLAIU BUIiqING 7YpE If - 51.AB FORMING PIAN BUILpING TYPE li - SLAB FpRMING pLAtd BUIL�ING TYPE II - FOUN�ATION PLAN BUIL�[KG TYPE li - FOUNOATION Pk.AN Bll[LOSNG TYPE li FOIiNOAT10N PLAN BU[Ld[NG 7YPE li FQUNDATIQN PLAN Printed on Wed Oct 8, 2025 at �2:33 pm CF}T jab #: 2502N Bonds Ranch Fo€t Worth, Texas 3 08147�2Q25 II U9�fl4ROz5 Issue Far Constructinn Set 8.7.2025 , I�BID7R5) 2 08107/2425 OBI13Raz5 IssueForConstructian5et8.7.2pz5 rosra7�zs� 3 08J071Zdz5 '�, 09I04%2025 Issve For Consiruction Set 8.7.2025 '�,, (OB/07�25J 2 08/07RflZ5 �� 06I13RD25 Issue For Cans£rudion Set 6.7.2025 [OBl07R51 3 08/071Z�z5 � 09I04R025 �ssue Fo� Construction Set 8.7.2025 [OBl07R5} 2 08/072025 OBIi3R025 Issue For Construction SeY 6.7.2025 (aera�izs) 3 08�07/2025 09/04�Z025 �ssue For Construction Set 8.7.2025 �oala�l7s? 1 08�07/2025 081�3)2U25 �ssue Far Coostruction Sei 8,7,2025 rosla�lzs} 2 U8�07/2025 09/U4/2Q25 �ssue For Construction Set 8.7.2D25 (08J07�25} 2 U8�07/2025 09l13/2025 �ssue For Canstruction Set BJ.2025 toaro��zsl 3 Q810712025 ❑91aARaZS �ssue For Canstructian Set 9.7.2U�5 Iq�l�71251 2 QSl�712025 08J13�2025 �SsuePnrConstructianSet67.2025 (08/07R5) 3 QS�G7�2025 091Q412025 Issue For Canstruction Set 87.2€}25 caa�o�as� 2 08�47)2025 08113R025 IsSueFnrCa�5truttionSet8.7.2U25 (08107R5) 3 t36107�2025 0910AR�z5 �ssueFarConstructianSet8.7.2pzS taa�o7�z�f 2 OB�U7j2025 08/13(2025 IssueForConstructionSet93.2625 (U8J07�25) 3 OBlii7R025 09104I2U25 Issue For Construction 5et 8.7.2025 (U8107I25} 2 08/07R025 08113R025 Issue Far Constnactlon Set 8.7.2fl25 (68107R5} 3 08I07R025 09104R025 �ssue Far Constru[tion 5et 8.7.2Q25 �OBIp7l251 2 08107IZ025 46l13R025 €ssue Far Canstructian Set 8.7.2025 (06107125) 3 08107/2025 U9lU91Z025 lssue Far Canstrurtion Set 8.7.2025 I�BI07R5) 2 08107R025 0611912p25 IssueForConstructianSe[8.7.2D25 (OBIfl7R5) 3 081D7lZ025 09lOAR025 IlssueForCons[rucGon5eE8.7.2025 r�yc z3 ar an �#���a���11D PARTNERS Blackland Partners, LLC Printed on Wed Oet 8, 2UZ5 at 12:33 pm CDT Job #: 2502N Bonds Ranch Fort Worth, Texas - � .. �. {oala�lzsl 52-2 BUILPING TYPE If 2P�D FLOOR �RAMING & 7.ST FLOPR BRpCING PLAN 2 08I07�2025 Fl8/131z025 �ssue Far Canstruction Set 8.7.2fl25 j06�071z5) 52-2 B€11LDlNG iYPE 112N� FLOOR FRIIMING & 1S7 FEOpR BRACING PLAN 3 OSl07�Za25 04/04J2025 lssue Far Canstructinn Set 8.7.2025 {081471Z5) 52-3 BUILDING'CYPE II 3ftD FLOOR FRAM[NG & 2ND FLODR BRACIidG PERI� .2 08I07l2025 pgl���q�� lssue For Canstruttion Set 8.7.2025 jOBIfl7R5J 52-3 BCIILQ[NG'i7P� 1! 3R� FLOOR FRAMitdG & 2NR FL�OR 6R.4CING PLAIV 3 p8J07/Z025 64l�41i0Z5 �ssue For Canstructian Se[ 8.7.2025 {fl6/fl71z5) 52-4 BU[LbfNG i7PE 13 ROOF FNA.MING & 3Rp FLQpR BRACING PLAN 2 08107RU25 48/1312025 �ssue Far Construction Set 8.7.2025 {UBlD7125) 52-4 BUILO[I�G il'PE 11 RODF FRAMING & 3R0 fLD6R BRACING PLAN 3 08107R425 09l04R025 Issue For Canstruttion Set 8.7.2025 I06Ifl71z51 53-0 BU[LOING TYPE lil - SiA6 FORM[NG PLAN 2 081�7IZa25 OB/13R�Z5 Issue Fbr ConsFrueEion SeE 8.7.2025 (UBIfl7/251 53-0 8UiL47iNG 7YPE [ll - SLA6 FORidI[NG PLAN 3 081071z425 09I04j2025 Issue For Constructian Set 8.7.2025 (nelo71�5) 53-1 BlliLi]1NG TYPE [II - fOUN�ATION PLAN 2 08/O7RflZ5 OBII3R025 Issue For Construction Set 8.7.2025 roe�a��zs) 53-1 Bl1iLBING TYPE EII - FOUNDATI6N PLAN 3 08I071�U29 09I041Z025 Iss�e For ConstrucYion Set BJ.20Z5 foe/a�1z5) 53-2 6UIL�ING lYPE III 2N6 FLOOR PRAMING & 15T FLOOR BRACING PLAN 2 08/071Z025 OBl13R025 Issue FarConstructian Sei 8.7.2025 ro��ar�z�> 53-2 BLIILDING TYPE III 2N6 FLQOR FRP.A4ING & 15T FLOOR BRACMG PLAN 3 Q8f07R025 091a4RD25 �Ssue For CpflStru[tian Set 6.7.2025 (08IQ7125} 53-3 6ltILpING TYPE III 3Rp F�OqR �RqMII�G & 2N� FLOOR BRACING PiAN 2 08107R025 08Ii3R025 �ssue Far Canstruction Set 6.7.2025 (061Q7125} 53-3 BUII.pWG 7Yi'E il[ 3Rp F100R FRAMING & 2Nb FLR�R BHACIN6 PLAN 3 U&�0712025 091Q4/2025 �ssue Far Construction Set 8.7.2025 (08I07125E 53-4 BUILDING 7YPE ii[ R�OF FRP.MING & 3(lD FLQOR BRACING PLAN 2 USl07/2025 081�3l2025 �Ssue For Constructian Set 8.7.2025 (08/Q7125f 53-4 B171L01NG 7YPE 11[ FtOQF FRAMING & 3R� FLOOA BRACING PLAN 3 48�07/2025 091a4�2425 �ssue For Constructian Set 8.7.2025 roaro�lzs� 54-Q BUILOINGTYPEiV-A-SLABF6RMINGPLFtN 2 48/07/2025 08113�2425 �S$ueFarCn�stru[tiorsSet8.7.2025 (08/07l25} SA-Q SUILDINGTYAE3V-A-SLABFORMINGPLAN 3 OBI4712025 091042025 �ssueFarConstru�tionSet8.7.2U25 (08107�25} 54-ifA BLIILOING TYPE IV - B- SLAB FORMING PLAN 1 fl8la7l2025 08�1,3�2.025 Issue For Canstruc[inn Se[ 8.7.2425 (U8)07I25) 54AA BLIIL�ING TYPE IV - B- SLAB F�RMING Pi AN 2 OB/07/2025 OS/04/2025 Issue For Construdion Set 8.7.2025 {0&�O7IZ5) 54-1 BLIILOING TYPE IV - A- FOIfN�AT]ON PL4N 2 QBlfl712�25 0&��3/2025 Issue For Construdion Set 8.7.2025 (DS/07/25) 54-1 BUILOING TYPE IV - A- FOUN�ATIDN PLAN 3 08i0712025 D410QR025 �ssue Fpr Canstni[tion Set 8.7.2025 iQ$l07125j rw� b w.0 B«CKLAND PARTNERS 8lackland Partners, LLC Printed on Wed Oct 8, 2025 at 12:33 pm CE}i job #:2502N Bonds Ranch Fort Worth, Texas � . . .. �. S4-lA BUiL[31NG TYPE IV - B- FOUN�ATION PLAN 1 08I07I2�25 q8lI31L025 Issue For Construction Set 8.7.2025 (08l07125) Sa-].n BWiLb1NG TYPE lV - B- FOUN�ATION PLAN 2 08107I2fl25 09I0412025 Issue Far Cnnstruction Set 8.7.2025 cos�a�izs> 5q-2 BLfILbING TYPE [V - 2ND FLOOR FRAMIP]G & 15T FLOOR BRACING PLAN 2 0810712q25 pg�x3�p�g �ssue Fnr Canstructian Set 6.7.2025 (08�a7125} 54-2 BUIL�IWG TYP@ IV - 2N� FLOOR FRAMING & 15T FLaOR BRACING PLAN 3� 68J0712025 p4l44/2D25 �ssue Fnr Constructian Set B_7,2025 t08/07R5} 54-3 BUILDING TYPE IV - 3R� FLOOR FEiAMING & 2ND FLO�R SRACING PLAN 2 a8�07/2025 081i3RQ25 �ssue For Canstruction Set 6.7.2a25 tos�o��zs} 54-3 BUIL�ING TYPE iV - 3R[7 FLODR FEiAMING & 2N0 FLODR BRACING PLAN 3 Q8/072025 09lQ4R625 �ssue Far Cunstructian Set 8.7.2025 ios�o�rzsf 54-4 BUILOING TYPE iV - ROOF FRAPsI[NG & 3Rp PLQOR 9fiACING PLAN 2 88jU7�2025 08J13R025 Issue Fnr Con5truction Set 97.2U25 (08/07RSy 54-4 BUIL�ING TYPE ]V - ROOF FRAMtNG & 3R� FLOOR 9RACING PLAN 3 06/67/2025 D9J04RQZ5 Issue for Construttion Set 8.7.2D25 (08/07j25} SS-#f BUIL[]ItJG TYPE V- 5[.A6 FPRMIniG PLAN 2 OB/47�2025 D8�13R�Z5 Issue For Constru[tion Set 8J.2625 (68/07R5) SS-U BUILnING 71'PE V- 5i.AB FORMIM1iG PLAN 3 08I07l2025 091041�2025 Issue Fnr CanstrucCion SeC 8J.2425 Saala�lZs) SS-1 8L11I.pING TYPE V- FOUM1f�AT10N PLAN 2 08I07R025 08/13/2025 Issue Far Constru[tian Set 8.7.2U25 ;08107I2S) SS-I BLIILDING TYPE V- FOLINDATION PLAN 3 OBl07R025 U9104R025 �ssue Far Constru[tion Set 8.7.2625 {08�07�25] SS-2 BUILDIIVG TYPE V- 2ND FLpOR FRAMiNG & 1S7 f1.00R BIiACING PiAI� 2 OB/07�2025 46�13(2025 �ssue Far Canstruttion SeC 8.7.2025 {46I07/i5) 55-2 BUIL�ING TYPE V- 2N6 FLOOR FRAMING & 15T FLOOR BWICING PLAF! 3 08107R625 04l04R025 lssue For Canskruckian Sek 8,7,2025 {OBI07125) SS-3 BU[L�[NG TYPE V- 3RD FLOOR fRAMING & 2N0 FIOOR BRACING 2 08107lZOiS OE/13J2025 �ssue �ar Canstsu[tian 5et $.7.2025 (OB/07J25) 55-3 BUIL�fNG TYPE V- 3R0 FLOOR FRAM[M1SG & 2N0 FIOOR BRACING 3 08107I2U25 �9l04/2025 15sue Far Constructian Set 8.7.2025 (OBIa7R5) SS-A BU[L�iNG TYP� V- ROOF FRAMING & 3Rp FLOOR BRACING PLAN 2 08107RQ25 08/132025 �ssue Far Constructian Set 8.7.20i5 (OBlD7/25) SS-4 BU3LPiNG 7YPE V- ROaF FRP.MING & 3R� FLpOR BRACINC, PLAN 3 08J071��Z5 09�04R025 Issue For Consiruct]on Set 8.7.2025 [0@/07R5) 56-0 BUILDING 7YPE VI»SLAB FORMING PLAN Z d8l071Z�7Z5 OB/13J2�25 Issue ForConstruction SeY 8.7.2D25 (oa�a��zs} 56-0 6llILDING TYPE VI » SLAB FORMING PLAI3 3 08107/ZOZS 091a4�2Ui5 �ssue Far Construction Sat 8.7.2p25 (08107R5} 56-1 BUILDINGTYPEvi-fqUNpq710NPLAN 2 6$16712tl25 08113l2�2S �ssueFarConstruction5et8.7.2025 toala7lzs� 56-1 BUILDING TYPE VI - FOUNDATI6N PLAN 3 QSIU72025 091aaR025 �Ssue Fnr Canstructiors Set 87.2025 (08J07j25j 56-2 BUIL�ING IYPE VI - 2N0 FLQDR FRAMING & 15T FLQOR BRAqNG PLAN 2 QS10712025 p8113J2025 Issue Por Construction Set 8.7.2Q25 rm�:i a �a BLACKL�LN� PARTN�RS BlackEand Partners, LLC Printed on Wed OcC 8, 2025 at 12:33 pm CdT Job #: 2502M 6onds Ranch Fort Worth, Texas � . �. .. (OBl07125) 55-2 Bi13LRiMG 7TPE VI - 2tdl? FLOOR FRAMIMG & k5T FLOdR BRAGNG PLAN 3 08/07�2025 09�04/2025 Issue For Construction Set 6.7.2025 roe�a��zs) SS-3 BU]LFING 7YPE VI - 3RP FLQQR FRAMINCs & 21�p FLppR BRACih1G pLAN 2 08107R425 08II3R025 Issue Far Construction SeY 8.7.2025 coe�a��zs� 56-3 � BU]LDING'TYPE VI - 3R� FLqOR FRAMING & 2�€D FLOQR 6ftACiNG PI..AN 3 09/0712025 09l04R025 �ssue Far Construction Set 8.7.2Q25 (09lU7125? 58-4 BUILFING TYPE VI - R�OF FR4MING & 3F�P FLRqR BRAC[NG PLAN 2 08107R025 OBIi3R025 Issue For Construction Set 8.7.2025 (08IU7125) 56-4 6UILDING TYPE VI - ROOF FRAMIN� & 3RP fLDQR 6RACiNG P#.AH 3 08107R025 09I04RU25 (ssus Far ConsirucYian Set 6.7.2025 (tl8l�7125} 57-0 6UILDING TYPE VII - SLAB FORMING PLAN 2 48f0712025 0817.312625 �ssue Far Canstructian Set 8.7.2025 (nelo71z5k 57-6 BUIL�ING TYPE VII - StAB FOE�MING PLAN 3 48j07/2025 09/Q4j2�25 �ssue Far Canstructian Set 8J.2025 (08J07/25► 57-1 BUIL�ING TYPE Vli - FOUNaATION PLAM1[ 2 68j07�2025 08�13�2425 �ssue Far Constru�tion Set 97.2625 (D8J07�25p 57-1 8UILOING7YP�VI1-FOiJtJDATIONPLAN 3 66l07�2025 091D4l2025 IssueForConstruction5et8.7.2U25 (08107l25} 57-2 SLlIL01iJG TYPE Vkl - 21V� FL06R FRAMIPdG & 15T FLODR BRAC[NG PLAN 2 48lF�71x025 08113j2�25 �ssue ivr Canstructian Set 8.7.2F}25 (aalolasS 57-2 BUILDING TYPE V[I - 2N� FLOOR FRAMING & 15T PLOOR 6RAC[NG PLAN 3 UBl07l2025 W104RU25 Issue for Canstrudion Set 8.7.2Q25 (08107RSy 57-3 BLIILDING TYPE V[I» 3R6 FLOOR FRAMING & 2iVD FLOOR BRACING PLAN 2 OBjU7�2025 08113�2025 fssue For Can5CrucYion SeC 8.7.2025 (a8�07/25) 57-3 Bl11LDING'TYPE Vil - 3R6 FLOOR FRAMING & 2N� FLOOR BftAC[M1'G PI..AN 3 OBID7/2025 04104I2025 Issue For Construction Set 8.7.2f125 (D8107�25} 57-4 6UIL�ING TYPE VII - ROOF F€WMING & 3RD FLOOR BRP.LING PLAN 2 OBIOil�025 a811312025 fssue Far Constrvctian Set 8.7.2Q25 {OB107/25) 57-0. BUIL�ING TYPE Vil - ROOF FRAMING & 3R� FLQOR BRACIMG PLAK 3 p8/07I2025 091�4IZ025 �ssue For Constru[tion Set 8.7.2fl25 (06�07/25) 56-0 CLUBHO[J5E - SLA6 FORM3NG PLAN 2 08107(2025 Q8113l2025 €ssue Far Canstructian 5et 8.7.2025 {06/07R5) 58-0 CLUBHOUSE - SLAB FORMING PLAN 3 08I07I20�5 U9104Rq25 �ssue Far Constructian Set 8.7.2025 �06/07l251 58-i CLllBHOU5£ - F6llN�AilOM PLAN 2 08107RU25 OBI1312025 lssue For Canstructian Set 8.7.2025 (06/97125) 58-1 CLUBHOUSE - FOUI�DA.710N PLAN 3 08107IZU25 fl9l09R025 lssue far Canstruction 5et 8.i.2Q25 [�glU7l25) 58-Z CLIfBHOLSE - ROOF FRAMING PLAN Z D8107J2025 OBI13f2025 Issue For Constructfan 5et 8.7.2q25 � (08I07R5) S6-� C1.116HO115E - ROOF FRAMING ALAN 3 08J07J2025 09/04J2025 Issue For Lnnstrucfion 5et 6.7.2025 foelo7l�s) 59•1 ❑ETACHE� GARAGE- FDUNDATION & FRAhA1NG 2 08/07/2025 OBII3R025 �s5ue For' Canstruttian Set 8.7.2025 (08IQ7125} Wge 3i W ao BL�CKL�ND PARTNERS BEackland ParYners, LLC 54-1 54-2 59-2 59-3 59-3 5�1-1 SDl-1 SDl-2 soi-z 501-3 SDl-3 Spl-4 SQl-4 SQ2-1 SC]2-1 Sb2-2 SD2-2 5�3-1 SD3-1 Stl-1 Sll-1 su-z SU-2 DETACHEO GARAGE - FOUNDATION & �RAMIKG i3ETACHE� GARAGE - FOUPIDATION & FRAMIhdG �EfACHED GARAGE- FOUNDRTION & FRAM[NG OETpCHEU GARAGE - FOLIN�ATION & FEL4MtNG �ETACHED GARAGE- FOUNOATION & FRAMIMG FOUM1fDATiON 5ECTION5 & �ETAIL5 FOUM1S�A7iON SECTIONS & �EI'AILS FOUN�Al70iJ SECTlONS & �ET'AILS FouwoaTiaw sEcr�a�us & o�rai�s FOUN�ATI6N SEC'f[ONS & DETAlLS FOUMDATIOIV SECT[ONS & �ETA[LS �OUNDA71613 SECT€OA[5 6 tl�"fA[LS FOUNOAiI()�€ SEC7iq�iS & iiE7ASLS FRAMING 5ECTlONS & OETAIL5 FRAMIMG SECT10M175 & OETAILS FRAMING SEC71pNSAN� GETAILS FRAMING SEC710N5 ANO �EfA1L5 ROQF FRAMING SECIlONS & DETAILS ROOF FRAMING SECTI6N5 & �ETP,ILS UN[T F€tAMING PLAN il NIT fRAMI NG PLAN u N�r �rwt��n�c pu�rt i1NiTFfWMING PLAN 3 63jQ7/z�z5 2 ❑E�471z025 3 OB/{i72025 1 OBl0712025 2 OBI07I�D25 z oero�rzozs 3 08107I2025 2 OS107I2U25 3 08107I2425 2 08107lzU2S 3 08J07/Z025 0 081071Z425 1 08107Rt725 2 0810712UZ5 3 081071Z025 � oalo�nozs 3 09107I262S z� aaro7ixozs 3 OBlU712025 2 46lQ712025 3 46I�712025 2 OBj07/2025 3 OB/p7/2025 Printed on Vlled Oct 8, Z025 at 1233 pm CDT JoFa #: 2502N Bands Ranch Fort Worth, Texas o91oa/2oz5 Issue For Canstructian Set 8.7.2425 (08/07R�1 08/13RaZ5 Issue For Cnnstrudion Set 8.7.�025 (US/07�25} OS/04/Z025 Issue For Construdion Set 8.7.2025 {08)07Iz5) 08113/2fl25 Issue For Construction Set 8.7.2fl25 (G&J07R5) 08/04/2025 �Ssue Far Constructian Set 8.7.2U25 �66107R5) Q$!13l2025 Essue Far Construckion Sek 8.7.2U25 (Q6107125) Q9l04l2025 �ssue For Eanstruction Set 8.7.2025 (08/�7R5) OBl13J2025 �ssueForConstructinn5et8.7.2025 (OBf07J25) ti9l0412025 assuePorConstructian5et8.7.2025 (UBIU7R5) U8113/2025 Issue ForConstruction Set8.7.2025 [fl8I07R5) �9lfl41Z025 Issue For Construction Set 8.7.2025 [OB/07/25) 08�1312025 Issue For ConsFruction Set 6.7.2025 ros�o�lzs) 09lOAR025 Issue Far Construction Set 6.7.2025 (08l071zS1 08I13R025 Issue For Canstruction Se[ 8.7.2025 (os�a»zs} 09l04RU25 �ssue For Construc[ion Sei 8.7.2025 �na�a7�zs> oela3rzazs �ssue Far Construction Sei 8.7.2025 roela�lzsf 09I0412a25 �ssue For Construction Set 6.7.2025 �oa�a�lzs) q8113f262S �ssue For Constructian Set 8.7.2�25 roa�o��zsy 09104I2025 �ssue For Canstruc[ian Set 8.7.2425 (081�7l25j 0 811 312 0 2 5 Issue For Canstruction Set 6.7.2625 (081�7R5� 09104a025 Issue Far Cnns[ruc[ion Set 8.7.2�25 (Q9)07�25} 08/I3(2025 Issue For Can5trudion Se[ 8.7.2025 (as�a�rzs) OS104RU25 [ssue Por Canstru[tion Set 8.7.2025 Faqe 13 W aa B��cK�A�o PARTiJERS Blaekland Partners, LLC Printed on Wed Oct 8, 2U25 at 1.2:33 pm CDT job #: 2502N Bonds Ranch Fo€t Worth, Texas I (flgl07l251 Stl-3 UNIT FRAMIWG PLAN 2 08107/2425 U8/13R025 Issue For ConsErudinn Se[ 8.7.2025 (OBl07R5) SLl-3 UNIT FRAM1#ING PLAN 3 D8107J2025 09I042025 Is5ue For Can5truction SeY 6.7.2025 (06l07125) �' i'�I 1 OF 1Q COVER 1 02I1412025 Iss�[e Fnr tonstructinn Set 6.7.2025 [OB/Q7125} 2 OF 10 GENERAL NOTES p �2�14�zp25 Issue For Construdion Sei 8.7.2025 ros�a�lzs> 3 Of 10 GENERAE. NpTES 0 0211A/2025 Issue Far Constructian 5et 6.7.2025 (08JQ7)25� 4 OF 7,4 FINAL PLAT 1 62�14/Z025 (ssue For Constructian Set 6.7.Z025 (08J07/25► 5 qF 1(1 FINAL PLAT 1 U2�14/2025 issue For Construction Set 8.7.2025 (08/Q7R5} 6 OF 7,6 RVERA�L WATER LAYOUT 0 62l10./2025 Issue Far Constructian Set 87.2025 (08/D7�25} 7 qf 19 WATER LINE WP-1 PLAN & PROFILE STA 5+0070 STA 15+ff0 1 6211A)2025 Issue Far Constru�tion Set 87.2U25 (08/D7�25j 8 OF lif WATER �E7AIL5 0 42I1412025 Issue Fnr Cohstruction Set 8.7.�025 (08107I25j 9 OF i0 WATER �ETA.ILS 7. 02�14l2025 Issue For Construction Set 83.2025 snalo�rzs) 1Q OF 10 ]NTERIM EROSION CQNTAOL PLAN FF 02I14I2D25 Issue For Cnnstruction Set 8.7.2425 {Q8J07�25j QI OF 77 02 OF 73 n3 pF 73 �4 OF 77 OS OF 77 06 OF 77 COVER GENERA,L NOTES GENERALNOTES FiORIZOtdFAL CONTi�OL PLAN HORIZONTALCONTROIPLAN DEhAOL1T[ON PLAN 1 I I2l20I2024 1 22I20I2024 0 12Iz�lZ020. 1 i2120R024 G 12120I2U2a Issue For Canstruction Set 8.7.2425 sns�o�rzs� [ssue For Construction Set 8.7.2U25 i06107R5) [ssue For Construction Set 8.7.2025 {Qg/07l25) [ssue Far Construction Set 8.7.2025 j66107R51 i55ue For Can5trudian Set 8.7.2025 {OBjU71z5) Issue For Construction Sef 8.7.2025 I08�07R51 Issue Far Construction Set 6.7.2�Z5 fasla7lzsl Issua For Construciion SeY 8.7.2025 (asra»zs} Issue For Constructipn Set 8.7.2025 07 OF 77 pEMRI.I7tON PLAN 08 OF 77 7YPICAL PAVEI�3ENT SECiIONS 09 OF 77 ROAUWAY PLAN & PAOFlLE STA 1+00 - STA 4+50 0 12120/2624 0 12Ro12024 o izJ�oJzoza 0 12120RU24 v„o� �a or ao BL�CKL�ND PAR7NER5 Slackland Partners, LLC 100F77 lI OF 77 120F77 13 0F 77 14 0F 77 150F77 16 0F 77 17 OF 77 i�o�n 190F77 zn p� �� 210F 7i zz o� �� 23 OF 77 24 OF T7 25 OF 77 2fi 0F 77 27 OF 77 28 OF 77 29 OF 77 30 OF 77 310F 77 ROA�VYAY PLAN & PROFILE STA 4+50 » STA 4+UU ROADVYRY PLAN & PKOFILE STA 9+00 - STA 13+09 ROA�NIAY PLAN & PROFILE STA 13+00 - EN� PAVING �EfA3L5 PAVING DEfAiLS PAVING DETAILS PAVING �E7AtlS EXiSiINCs SIGNAL LAYOUT I]EMO SIGNAL LAYQIIT PRQPOSE� 53GNAL LAYpUT NQRTHWEST CORNER f7EfAiL NOR7HEASTCqRNER 17ETAIL SOUTHEAST CORNER OETAIL SOUTHWEST CORPIER 6FfAIL SIGNAL OESIGN CHARTS CHANPI�L ASSIGNMENT SIGNING SIGNAL OEfAILS SIGNAL OEFAILS SIGM1€AL DEFAILS EXIS'iING �RAINAGE AREA MAP (NTERINI RRA[NAG£ ARE4 MAP a iz�zo�zoza (7 12I20I2024 a 12I20I�024 4 i2l2�12024 4 1212p�2024 U 12R0R024 0 i2120l2024 a �z�zo�zoza a �zrmrzoza � �zno�zaza n izrzorzaaa ti 12120R024 n �zlzarzaza U 72l20I2024 9 A2�2012624 o �zrza�zaza 9 12120I2024 fl 72l2D120za o izlzo�zaza 0 12J20/2624 0 12120I2Q24 0 12l20RQ24 Printed on Wed OcC 8, 2025 at 7.2;33 pm COT jab #:25D2N 8onds Ranch ForC Worth. Texas Ioa�o��zsl Issue Fpr Conskructian 5et 8.7.2025 �OB/071251 issue For Canstruckian Sek 8.7.2�25 {08107li5) is5ue Far Canstruction Set 8.7.2025 fQ6107I25) issue For Construttion Set 8.7.2025 j06107R51 €ssue Far Constructian Set 8.7.2025 ;OBl071�5) issue For Constructian Sek 8.7.2025 {OB�p71251 issue For Conskruckion Set 8.7.2025 �08107I25) €ssue For Constru[tion Set &.7.2025 {OB/071z5) 3ssue For Canstructian Set 8.7.2025 {OBIa7l251 issue For Canstructian Set 8,7,2025 �08147R5) lssue Far Can5trudion Set 8.7.2025 IOB�fl7/25) issue For Construction Set S_7,2025 (OBlO7R5] ]ssue For Canstructian Set 8.7.2025 (OBI07R5) Issue For Canstru[tion Set 8.7.20�5 {OBI07/25) Sssue For Canstru�tion $et 8.7.2025 ioelo�l�s� issue Far Construttian Set 8.7.2025 {08107/25) �ssue For Canstructian Set 8,7.2p25 {OBl07IZ5] 3ssue For Canstructioa $et 8.7.2p25 (OBIt17R5) lssue For Cun5truction SeC 8.7.2025 (�8la7R51 lssue Fnr Eonstrud[an Set 8.7.2025 (��I�7125) ls5ue Por Can5tru�tian Set 8.7.20i5 (UBIU7R5) Issue For Constructinn 5et 6.7.2025 (98l07�25) Paqe 15 M 40 B��CKLAND PARTMERS 8lackland Partners, LLC Printed on Wed Oct 8, 2025 at I233 pm COT Joh #: Z5U2�[ Bonds Ranch Fort Worth, Texas � .. �. 32 OF T7 LiL1lMATE QRAkNAG€ AREA MAP 0 i2/20R024 i55ue FOY Can5truction Set 8.7.2025 (OBI071251 33 OF 77 HYORFtiULIC CALCULA"RONS U 12/20l2024 3ssue For Canstructian Set 8.7.2025 �06147125) 34 pF 77 PN i QVERALL STDRM PLAN tl 12/20R024 issue Far Canstruction Set &.7.2025 (06107R5) 35 OF 77 PH i OVEPALL STORM PLAN 0 1�/20R024 issue For Cans[nartian Set 8.7.2025 {06107I25) 36 0F 77 STqRM 5EWER PROFIL� - LI�€E 5T 1 4 12r20lZ024 3ssue Far Construckinn Set 8.7.2025 �aara�rzs� 37 OF 77 STOFiM SEWER PROFILE - FU7URE ST-1(1�D4 Tfl 8 i-001 !3 i2l2plZp24 lssue For Constructio-n Set 8.7.2025 {OBl071z5) 38 OF 77 STORM SEWEfi PRDFILE - F11li1RE ST-I (6+04 TO END) fl 12l20/2a24 lssue For Constructinn Set 8.7.2025 t08lfl71251 39 OF 77 STORM SEWER PROFILE - LEFFE ST 2 0 12I2DI202a ]ssue For Constructian Set 8.71025 {OBI07R5) AO OF 77 STORM PROF[LE - ST-3 (STA 1+60 TO 7+UUj p 1212QI2024 lssue For Con5tructian Set 8.7.2025 (OBID7R5) 4i OF 77 STORh9 PROF[LE - ST-3 STA 7+OOT0 ENO 0 i2120/2U24 lssue For Canstructian Set 8.7.2025 {fl8l�7RSj 42 0F 77 STORM SEWER PROF[LE - LATERLS 0 32l202024 issue Far Construc[ian 5et 8.7.2025 {pBIa71�5) 43 OF 77 SiORM SEWER PROFILE» ST 4 q 121202024 Issue Por Construc[ian Set SJ.2025 (OEIfl7l�51 94 OF 77 STORM SEWER PROFlLE- FLI7URE $7 5 0 3212012424 lssue Far Cons[ructien Se[ 8.7.2025 (OE/U7/25) 4S OF 7i �U7GR� POND Pl..AN 0 12120/2024 Issue For Canstructian Set 8.7.2025 IOBIU7l25) 46 OF 77 BLL1E MOUNI] RO CULVER7 PLaN ANb PRpFILE 0 12120R024 Issue Fqr ConsEruction Set 8.7.2025 (OBIfl712S1 47 OF 77 BLUE MOUMD CHANNEL SECT[ONS � 0 12120/20�4 ]s5ue Por Construction Set 8.7.2025 (08IU7J251 48 DF 77 BARRICA�E AN� CONSTRl1CT10N GENERAL NOTES ANi) REQUIREMENFS 0 121ZOR624 lssue Far Canstruction Se! 8.7.2025 (OBjD7R5) 49 OF 77 BARRICA�E AI�� CONSTRIJCTION TEMPORARY S1GN NOTES 0 12120R024 Issue Fnr Canstrudion SeF 8.7.2025 I06I07R5) 50 OF 77 TYPICf1L SIGN 51]PPOftT 0 121ZOR020. Issue For ConsYruction 5et 8.7.2025 (f18lp7�25} 51 OF 77 � BARRELADE A,ND CONSTRUCTION CHANNELEZING DEVICES 0 12120f2024 Issue For Canstruction Set 8.7.2025 roara7rzs} 52 OF 77 STQRM OETAILS 0 12ROR024 Issue FarConstruction 5et 8.7.2025 (08I07/25} 53 OF 77 S74RM bE"T'AILS 0 12R012024 Is5ue ForConstrudion Set 8.7.2025 (oala�lzs) 5a OF 77 � STORM �ETAILS 0 12ROR024 Issue Far Canstruction Set 9.7.2Q25 vav� 36 �r.o B�.�GKLAN� PARTNERS Blackland Partners, LLC 55 OF 77 56 OF 77 57 OF 77 SB OF 7i 59 OF 77 60 OF 77 fil OF 77 fi2 OF 77 63 OF 77 64 OF 77 65 OF i7 66 0 F 77 67 f}F 77 68 4F 77 b9 OF 77 70 OF 77 710F 77 72 UF 77 �3 aF �� 74 OF 77 7S OF 77 75 OF 77 STORh4 DEfA1L5 STDRN€ DEfAILS STORM OE'1'AILS 5COHM OE7AIiS SFORM OETAI€.S SCORh3 OEfAILS INTERIM EROSiON CONTROL PLAN ULTIMATE EROSION CONTROL PLAN ERDSIOtJ CONTROL DETAILS SIGNAGE & STRIPING PLAN SIGPIAGE & 57RIPING PLRN SIGPJAGE & STRIPING PLAN PAVEMENT MARKING �EiAILS STREEi LIGHT ALAN - B W E M�UND ROA� S7REE7 LIGHT PLAN - BLUE klOUND ROAD STREET LIGHT PLAN - BON�S RANCH ROA� SfREET LIGHT PLAN - BONDS FL4NCH ROA6 573tEET LIGN7 Pi.AN - BONP5 RANCH ROAR C�FSrtd ILLUMINA714N DETAILS STRLICTLI RAi. NOTES AN � DETAILS VALILT RISER QETA€�5 DROP STRtJCTIlRE PLAPI fl 12�2p/2024 tI 12120�2024 n �zlza�znza o iz�za�zaza 0 12l20RQ24 0 12/2012424 0 12�20l2424 0 12/201z42A 0 12/201z02A 0 12/201�aZ4 0 121�012G24 0 12R0/2024 0 12RQR024 0 12RQR024 D 12RUJ2024 o �zrzaizoza 0 12/20/2024 0 12�20/2024 a izao�zaza 0 k2lZ0�2024 a 12/20/2024 4 22ROR024 Printed an Wed Qcfi 8, 2425 afi I2:33 pm CQT fab #:2502N Bonds Ranch ForC Worth, Texas �OB/07/25) issue For Eonstructian Set 8.7.2025 {OB/071�5) issue For Eanstruction Set 8.7.2025 {OB/071z5) ]ssue far Canstruction Set 8.7.2025 {OB/fl7125) ]ssue For Constructivn 5et 8.7.2025 (OBl071z5) lssue For Canstructian Se[ 8.7.2025 (tl8lD7I25) I5sue For Constructian Se[ 8.71025 (OB/07/25) Is5ue For ConsirucEion Se[ SJ.2025 (OB/07/ZSJ Issue For CanstrucEian SeE 8J.2025 �OB/07�25) Issve For Consiruc[ion Set 6.7.2025 (pB/471�5} Issue For Construction Set 8.7.2025 (OBI07125} Iss�e For Construc[ion SeY 8.7.2025 faa�a��zs} Issue Far Constructian Set 6.7.2Q25 (09�07/2S} Issue Fnr CaflstrucYian Set 8.7.2025 f08lQ71251 Issue Far Construction Sei 8.7.2025 (08107125► Issue Fnt Constructian Set 8.7.2025 (08/o�1�s► Issue Far ConstrucYion Set 8.7.2025 (08/07R5► issue Far Canstruction Set 8.7.2025 (081D7R5} ISSue For COnSCtU[Yinn Set 87.2U25 (D8J07(25) Issue For Canstrudion Set 8.7.2625 so-ero7rzsf Issue For Canstrudion Set 8.7.2Q25 {Q8�07I25j Essue Far Construction Set 8.7.2fl25 tosr❑�rzs) [ssue Far Constructian Set 8.7.2025 {0$J07R5) vaa� n o� ao BLACKLAH� ?ARTNSRS 81ack[and Partners, LLC 77OF 77 1 6F 21 20F21 30i21 4OF21 50F21 fiUF21 76F21 SUF21 sa�zz IO OF 21 I1flF21 I2 OF 21 I3 UF 21 I0. OF 21 15 UF 21 i6 OF 21 17 UF 2I i8 OF 2I 14 OF 2i 20 OF 21 21 OF 2I 1]ROP S7Rl1C7URE O�"fA145 COVER GENERALNOTES GEN ERAL P1QTE5 WORIZONTAL CONTROL PLAN H6RIZONTAL CONTROL PLAN �VERALL WATER LAYOUT WATER LINE WA-1/WP-lA PLAN 6 PR6FILE STA 0+60 TO STA 6+6010+6D TO 1+fi3 WATER LINE WP-1 PLAN 6 PROFILE STA 8+00 TO STA 15+04 WA7ER LINE WP-1 PLAN & PROFILE STA S�OO TO STA 15+U9 OVERALL SEWER LAYOUT 5EWER PLAN & PROFILE SSP-1 0-B STA 0+00 TO STA 8+00 SEWER PLAN & PROFILE SSP-18-16 ST� 8+00 TO STA 16+00 SEWER PLAN & PROFILE SSP-I 16-24 SfA 16+Ofl TO STA 24+40 SEWER i'LAN & PROF[LE SSP-1 24-26 SfA 1b+0t3 TO STA 24+U0 WATER �EfA1LS WATER bEfA1LS WATER �EfAILS SANITARYSEWER �ETAILS SANkTARY SEW ER �ETAI LS SANI7ARYSEWER bE7pIl,S SANITARY SEW ER DEfAI LS�� oi xzrzorzaza 1 08/] q/2tI24 0 pepq/2U24 0 0811412q24 1 08I161Z024 0 08116R021 0 08114�2024 0 11/12/2024 0 11112R024 0 11�1212020. 0� QSl14R024 0 11�12�2024 0 QSl1412024 0 Q611 412 0 2 4 o aslialzoza 0 48�14/Z024 U QBl1412024 � QgJ14/2024 Q ❑�114/2024 Q 4E�14J2024 D 081141�024 D 98I14(2024 Printed on Wed Oct 8, 2025 at 12:33 pm CQT Job #: 250ZN Bonds Ranch Fbrt Wnrth, Texas Issue For Canstructian Set 8.7.2025 [oelo�lzsJ Is5ue ForConstruction Set 6.7.2025 foela��zs} Issue Far Construction Set 6.71025 roera�izs} Issue For Constructinn Set �.7.2025 [OBl07R5} Issue Far Construction Set 6.7.2025 roe�o-�izs> Issue For Construction Set 8.7.2025 (081Di125} Issue For Construction Set 8.7.2025 (08/6i125} Issue For Constructian Set 8.7.2025 (osla�lzs? Issue For Construction Set 8.7.2025 (08107125� Issue For Constructian Set 8.7.2025 (pe107125} ISSll2 FO� COikSLNCLIOR SEL B.i.ZO2S (081Q7R5} Issue For Constructian Sat 6.7.2025 (08/Q7J2S} Issue Far Canstructian Set 8.7.2025 (08I07125► Issue For Construction Set 8.7.2025 (081071ZSi Issue Far Constructian Set 8.7.2025 (oSlo7lzs } Issue Far Canstructian Set 8.7.2025 (08/07�25} Issue For Construc[ion Set 8,7.2025 (08J07/25} Issue For Construction Set 8.7.2Q25 �08107/z5y Issue For Construction Se[ 8.7.2025 (osjo�asr Issue Por Construction Set 8.7.2025 (oalo�as� fssue For Constrvction 5et 8.7.2D25 {D8f07l251 Essue ForConstruction Set 8.7.2025 (48107I25} � 3a c� �a B��4CKLAN� PA4TiYERS Slackland Partners, LLC 1 7 9 1� ]8 19 20 2i 22 23 2A 25 26 z� 28 29 30 31 32 33 A4 46 ICOVER f �EMOLITION PLAN TYPICAL PAVEMEtJT SECTIONS ROADWAY PLAN & PROFILE STA 1+00 • STA 4+50 EXISk71NG S€GNAL L.AYpL1T OEMO SI�NAL LAYOUF PROPOSED SIGNAL LAY011T � 2JORTHWEST CORNER �ETAIL NORTHEAST CQRNER RETAiL SOU7HEAST CbRNER pETA1� SDUTHWESFCORNER DETAIL SIGNAL DESIGN CHARTS CHANR]EL ASSIGNMENT SIGN]tJG SIC,NAL �ETAILS SIC,NRL p� E'AILS 51GNAL PE7'AILS EXISTING �RAINAGE AREA MAP � INTERIM �RAINAGE AREA MAP ULTEMATE qRAINAGE AREA MAP Sf6RNt SEWER PROFILE - 5T-4 BWE MDUND R� CULVERT PLAN ANO PROFILE 0 0910112024 0 p8lq6l2(724 0 08I0612�Z4 0 08I0612�24 0 08I0612024 0 08/06/2024 0 O810fiR024 0 (i810fi12024 0 OBlOSR�z�I 0 OBI4bR024 6 06lU6R024 U U8I46R024 6 �BIU6l���4 D OB!{16l2p24 0 p8l06�2024 6 OSlO6(2024 U OBI�6R024 0 08106l2�24 0 08/Ofi120Z4 p pe�pfi12024 0 48IO6R024 6 46/U5/2024 Printed on Wed Oct 8, 2425 at 12:33 pm C�T Job #: 2502i� Bonds Ranch Fort Worth, Texas 09I04/2025 Issue ForConsirucEion Se[8.7.2025 (OB/07/25] 04l09/2025 Issue For Cansiruction SeE 8.7.2025 (OB�07125] p9/Oq/�025 Issue For Construction 5et 8.7.2025 (OB/07�25} 09/04�20Z5 Issue For Construction Set 8.7.2025 (OBl07R�) 04l04I202,5 Issue ForConstruction Set 8.71D25 (08l07125} 09l0A)2025 Issue For Canstruction Set 6.7.Z025 f081071z5) 09I04�2625 �Ssue For Construction Set E.7.2025 toa�o��zs} 09104�2025 �ssue Far Coastruction Set @7.2025 (08I07125} WJ04j2425 �ssue �nr Constru�tian Set @.7.2625 casloz�zsf 09I04R�25 Issue fnr Constructinn Set 8.7.2625 (08107l25j 09)04�2{325 Issue For ConsVuction Set 83.2Q25 (08/07/25} 6910RI2025 �Ssue ForCnnstruGtion Set8.7.2025 (R8107I2Si 69104R025 Essue ForCans[ruc[ion Set8.7.2�25 {4$107I25} Q9104�2025 �ssue ForCnnstrudion Set8.7.2025 �asla�rzs) 04�04�2025 �ssue ForCanstruction Set8.7.2U25 i06l67I25j 091a4l2�25 �ssue Far Conskruckian Sek &.7.x02S {06167R5] 0910a12025 �ssue Far Consrnection Set 8.7.2025 (t36l07l25) 09lfl912025 Issue For Cons[ruc[ion Se[ 8.7.2025 (OBI07125) 09l04R025 �ssue Far Construction Set 6.7.2025 fosra��zsl 09/04�2025 ���e For Lanstruction 5et 6.7.2025 (081071251 09l0412Q25 �ssue Far Construction Set �.7.2025 (08107125► 09/04/2025 �ssueForConstruction5e[8.7.2025 (08I07I25} Pagt ]9M �6 �«c��A�o PA3iTNERS Blackland Par�ners, LLC 59 68 69 70 72 73 STORM OETAILS STREET LIGHT PLAN - BLL1E MOi1ND ROA❑ STREET LIGHT PLAN - BLLIE M011ND ROA� SiHEET LIGHT PLAN - BOiVDS RANCH ROA� S€REET L[GHT PLAN - BQNLsS RANCH ROACI COFLW ILLUMINATIDN �ETAILS 4 OB105�2024 ti 091�6lZaZ4 � aaroerxoza 0 08106I2R2d 0 08J06/2Q24 0 0810612Q24 Printed on Wed Oct 8, 2025 at 12:33 pm C�T Joh #: 2502N Bonds Ranch Fork Worth, Texas a91U41zo25 �ssue For Cnnstrurtian Set 8.7.2025 (OB/071z5) 69/Q4�2025 lssue Far Construction Set 8.7.2025 [06/�71z5) 69lQ4/2025 �ssueForCanstruRion5et8.7.2025 {OB/a7R5) U9lQQJ2025 �ssueForConstruRinn5eE8.7.2025 (a8la7R5) fl9l�41z025 �ssueFarConstrudinn5e[8.7.2025 (OBl07J25) U9lD4R025 Issue For Canstruction Set 8.7.2025 (OB/07R5J w,a= aaa ao EXHIBIT C �t �t i� �� 3p �s } �; �t 4� 1z"�I �1� 121 #31 i�l t51 1 GI 17i i81 1�1 ,��.kj 111 li a� 3t �1 �J �1 71 �� `kl �C3\:�T�.C"�:?IQ�`+� 5CfiEi1�L'LF. r�od��ri��, r�r �rark�,� �prI?�?y A�y ilxys �Pti�se 1 iot61 PF�'ns� 4Vbr�tln.� Cbqs ?5.7? � I�� 5b'�Ctr 1�1] _ i�.�" Il. :'rel�t l.lne gr; _ jiy' 2"-ssla 9 [5i? �y» ]ti,9, - 1�" i?;'�ldaler #.irre 1531 - 17.' �. {��e�'� bk-'_� � - a•C.�'�L�P I1Tili:#.Pae! 2�1 .._" i' .�t:�,� CiH . i.1 i I; t��ti 5 . � c.=�a^� ra ��a,�,,,,�:c�f ���1 1jU -!ti' �te�1 Ca<.irtp. b�? 4pa��r ;i51' Bix�a) f-i,' - 2=1� 1t�a{Cdiinv rF; yp,�rt�f; i,r,x,anx:�[� 1 1�'.ald' Cu; !Ei Tre �7 . FH . � lZ'�rSTe^l�ft� # . �+" i,ata �fahw 5 F'� i;d1� UrIY7 37 • [h�rFilG �r,ryn Fittingc � b'er�:[aliwctilelia�iF�tt�i�g5 ] - Aui�Pfi�dl3i ��uii1ic7� �.'d�i+2 1- 4" i�,irE'Fr�ia h7ctri :tl By�?d<5 i - 3" �'-=17ik5[ii drtEiri 1•!j fi4pd�i 7 ?"` Er�igalion w�r;ira 2 - [l�;nri NaIY F'I�. iJ� la7�i 19 �J� 12d kill ] 1 ] 7 1'�D rg7 3 , �=.sas 3U � l dt� 6RRC 5ewrr i��� L�� yPiVPf F'•�-� - S" �C�R•2l g.' rrH-18 5�;��ui 2c" s�c�:l �asirk� �SS Backtill - �L�k�1 �kiciFt�l ,4 €.�rc�� SSMH �Wx14 oi-osi�n;'E poxv�c,arir�� ti;yrvtH 4�+; Hy,iraulir V;rir fc E�'.nxy �:� �.�ii ir - 4 lr���{ 51y{ `��}�t'f i�y'�il �Itil �' '�5fd€!1 n rr�;J-v'�'�'�,i�.,� �i� : IPRC Storm D�airs 21."R�=Pf',,;•,l1E - aa�� �cr r�,., 3�E - _u��� �s_� �:.���, ��� C4RneCt to :ki�t (dLP - 4'xA' hmrlian6nz - F�;4ii. f!IN'it3�i - Penti;vr 2 i' Ftt c - �,Ftllf}i+t-Hri11'Y�Iti$�T - R�mn'reConrratFPoi��Ra;, �� ; ��€.i�4 It aa� n 31�,f1�� If ta� 30Cs.�3C� I� ;�� �iu�.C!� li �� �?r�.�.l�� I� �� ; �S. u(� Ir k�� 42�.0', ir u� kOC�.UEr IP �� ��1iLQis I'r �� 1.00 eo :.� ��'' I?s'i ua �� 3�:.Ch7 ei xi� a�; 041 ea a�? 4�'r Ck� R� L�� Z�� C�v� �a � Et?_4�7 ed �+� `aAU ea �� �.if1 'ry _ 3.30 r�� *n IC> CCi Fa �=� 5.ill] ea Suq Tatal 1W�orkln� 4�ys � ]5n�rai� 1r i:: l$t)i��U �f i���- 1,G�;]i:i �r �`� 1QG.c70 If 1��� �n fr lOG:JU If = i 3{1 P2 3, �St ea c�� 3, 3f1 PJ }i-� i i4 i�:p _ 1LF,i,i:! c. 51�b To[el Wtlrklh� �eys ;��� �5[� .a�� Ir �'iE ��,tl.c�� R �ni ]i(I,ii:} If �6.1 {.3��� Fc ird � 3C� F�� ns, gp�.ti�v ,C k+ 30U ��+'� If ,s� �,.�lC� r:; p'v ��.�::t�(i�s >f �ub 7oS+l Workmg (?ay�c SUBCONTRACT AGREEM@NT — 2025 EXMI8IT C— CONSTRUCTION SCHE�ULE Sl1BCQNTRACTOR'S INITIALS BLAGKLAN� PAR7NERS, LLC 1. Ll�y �l l i fl. s�• S.1�1 Ci. OG 0 7 F, n rFr. i. �:� II h;5 1. t�.� I I. �ya 0. 23 0. �)� i7.�3 1, s35 0. �u �f. �{5 n. ri,� L�.r,l U. ii� 0. dC� SY,OL i %9 `3.19 €� ] 3 LS� 1.2£i U.60 !). �il �a �� l�. �3 2 12 �_� SS.�iS- il 's�i 1.2� i.�1 I�..�i! is 61 ?.]G U. 74 �, � ri ]S �i ;t Pag�'k`qt 2 GQNTRACTOR'S INITIALS I� �E. 2� 3� 4; S? Iz� �,[Sr. ffi$ �tArm �AaiR ?�7 . 14' fi{i'1:€3,5PII 33 - i6' �vCi' CIt.�, (11 5 � 3d° �.3 :ET4'•�D 3 - I�R' �'3 I�S�T•"sf' 3 - :'z�' J«nrii�=n C+'r,x ; - s x �' P��C3 (.�6�, Sty"1w �St� �:�L.�a I.la�� r� 1*�1�3 -�" C-:e:tl �!R-7�3 Ffie Li35e �d '�15E - k]� l'-��t f3�i-1•i Fli? �IF7F �r5� t�f E%�C�� 1 �} 4r� - Fa..f_�;:sL1�R-]�FFit��� 4 P I-�" f� C}A � V:�ulk, "' - F�.l >; a Gj 3 - $" f�di�� 5r`d@': ¢ 7� 1lF - ti" l��t� w'3f:�� �t h � b" Ftic�,e ;' JiFF t�; � 2 - £�urFil� :rnn � iCtic��� E rfvaCe �,'�toc 1; 1v�57 - �' �-9LtU iiP.-&o �doan.�=_tic t'�t 2¢ �Z.`.� - 3":��.'C n+r� 3� 1 . I" :i:;�r� � �+����I 4) °i - 3'"L�+�[�3'Jase'E� 5i 3� - C:t�r,4�I�:r•��n FFtFre��rs Privat� Sitw�r 1; 35n � %�' SiFI�,-35 21 i5�3 - a:'iiSi;-3`� j v' �,j �te'f� � 31 �-�" S�t�P�35 j�' wf G'�il�„� �3I 1 - S.�a114F2[t C[r� �sls'€ `��.�1H .�+'E ] - r7' Gr �j� M�S4r1 F3 Gi :1 - � s94sJiF4 �j �1 - {.�Ndil�..ritt'S Priv�f� 5form [3rain lf 1?8 ���" R�E� ��s> I IS 2i 2l� - r'.�"FCP���aslf3 3� 1'3 1�,' fS�:�' r�s as 111 �1 ! � � xia' l�.3ir:��-;t� ���� �rf 1 - `'x5-!t.€n-:.ti��� 6e�x ri� i- 4 x.�' iltfl{l��il Bi�"e il .�. - 1F:� Cr.��Et IA;I�t �'1 ? - 1-�1dR21r�1�C (E.i'�izY53U} 3j 1 � �i`x�` ��p iut 1 - ��7" Cap 21i 1 - 2d" Ce�� z:�7 {�:> ii 7 �F � a;�'?�ra: it iJ.z33 �.� a„t 1.?7 r"' 3 �� aa �"I�j 3 '�`7 �r p ��i 3 �� �a �i 3u � SubTota6 Warkin� Da�ps 5.23 _ 3�;��r� tf a,3A fl;� T?5{s:. ti �2i� - �`v`��� tC ill� :-, t �,a .�:, u 3ii ;-• Ib.(is7 e�3 U.3� AO.Ci#3 aa 0.�'ri 357 Ak11�i3) aa II �G F3 �}'� �a 1$� <`� �€1 4��) �?a Y� 4t1 sub rotea workin� Da�rs . �.3:1 �-� ���s5.��) �P r.� �75.fY� 8F [� 3.3�? �3 L.S�. l.i� + a'I. �,'l �; _ �L�.OU �a �r= 4C> tlll �,a S�sb iatol W�rking CYmys �3 �75.C�? I� ti�+ �7Ci��7 Il i__ L; �.C� I� �c= 3.i(.3 e-e LF 3.�Ci e� (� �.:Il� Pd �� 2U Di1 c,z SuL�'Caxa I t+uae�ing Cays ii^ liU,V�� fk ��:� FSC�cr� I€ �=` 1 s W.C�7 !f �r, � 3s; c�d f�� 3.3D a�.3 r`' 3 iC3 t�� [�`- 3.3�� c .? ��=• 3.3Ce eu� i_..• 1�•l3i1 �a ir� 1C�.�U +�� �c�.cr�i �r Suts ic+tsl i{uarking ��ys �).15 p r�� � ��� L Os 2 [12 Q.0`_� I3 3? 1 Q. e� U. ��E I. C�3 f .li 7 ll. _�$ 3 43 C3. 7 � �l 3`i f3.3� il 9 j 6.65 [J. ei ii.3"J u.�5 a.o� S. :7 Sl1BCONiRACT AGREEMENT — 2025 EXHIB{T C— CpNSTRUC7tON SCWEDIfLE Page 2 SUBCONTRACTOR�S 1NITlALS ��� GONTRAGTpR'S INITIALS BLACKLAND PARTNERS,LLC Exhibit D- Schedule of Values 00 42 43 DAP - BiD PROPOSAL Page I of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Information Bidder's Application Bidlist Item Speciiication I Unit of I Bid Description No. Scction No. Mcasure Quantity UNIT I: WATER IMPROVEMENTS 1 3311.0541 16" Water Pipe 33 11 10, 33 LF 16 2 3311.0441 12" Water Pipe 33 11 10, 33 LF 1531 3 3311.0551 16" DIP Water 33 11 10 LF 130 4 3311.0451 12" DIP Water 33 11 10 LF 108 5 3312.0117 Connection to Existing ��"-12" Water Main 33 12 25 EA 1 6 3312.0001 Fire Hydrant 33 12 40 EA 4 7 3312.3002 6" Gate Valve 33 12 20 EA 1 8 3312.3003 8" Gate Valve 33 12 20 EA 1 9 3312.3005 12" Gate Valve 33 12 20 EA 7 10 33Q5.? nn4 24" Casing by Open Cut 33 Q5 22 LF 60 11 3305.1105 30" Casing by Other Than Open Cut 33 05 22 LF 130 12 3311.001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 4.16 13 0241.1118 4"-12" Pressure Plug 02 41 14 EA 1 14 9999.0001 Automatic Flushing Valve 00 00 00 EA 1 15 3305.0109 Trench Safety 33 05 10 LF 1671 16 3312.2203 2" Water Service (Irrigation) 33 12 10 EA 1 17 5311.0141 6" Water Pipe 33 �i �i i u, 33 LF 8 1£3 3311.0241 8" Water Pipe 33 11 10, 33 LF 8 TOTAL UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS 19 3331.4115 8" Sewer Pipe 33 31 20 LF 1636 20 3331.4119 8" DIP Sewer Pipe 33 11 10 LF 254 2'I 3331.5747 8" Sewer Pipe, CLSM Elackfill 33 11 10, 33 LF 35 22 9999.0007 8" Sewer Pipe, CSS Encasement 33 31 20 LF 100 2;3 3331.4201 10" Sewer Pipe 33 11 10, 33 LF 277 24 3331.4205 10" DIP Sewer 33 11 10 LF 430 25 3339.1001 4' Manhole 33 39 20 EA 16 2f> 3339.1002 4' Drop Manhole 33 39 10, 33 EA 1 2i' 3339.1003 4' Extra Depth Manhole 33 39 10, 33 VF 48.3 2F? 33Q5.n??2 Concrete Collar 33 n5 ?? Eq � 29 3339.0001 Epoxy Manhole Liner 33 39 60 VF 23 30 9999.0006 Connect to Existing Sanitary Sewer 00 00 00 EA 1 3'I 0241.2011 Remove 4" Sewer Line 02 41 14 LF 32 32 0241.2014 Remove 10" Sewer Line 02 41 14 LF 146 33 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 1 34 3305.1003 20" Casing By Open Cut 33 05 22 LF 254 35 S3G5.u�i 16 Concreie Encasement for Utility Pipes 33 u5 i u �Y 53 36 3301.0101 Manhole Vacuum Testing 33 01 30 EA 17 37 3301.0002 Post-CCTV Inspection 33 01 31 LF 5464 3F3 3305.0109 Trench Safety 33 05 10 LF 2732 39 3331.3311 4" Sewer Service, Reconnection 33 31 50 EA 1 40 3331.3101 4" Sewer Service 33 31 50 EA 1 TOTAL UNIT II: SA'^lITARY SEWER IMPROVEMENTS� UNIT I: WATER IMPROVEMENTS � I UNIT II: SANITARY SEWER IMPROVEMENTS Total Construction Bid Venus - 2502N.3 - IPRC Water & Sewer Bidder's Proposal Unit Price I Bid Value $169.33 $95.89 $192.22 $114.25 $9,021.70 $5,085.27 $8,377.90 $2,453.78 $4,340.21 $269.91 $920.51 $18,300.54 $225.00 $9,769.75 $1.00 $3,091.06 $305.61 $103.30 $2,709.28 $146,807.59 $24,988.60 $12,339.00 $9,021.70 $20,341.08 $8,377.90 $2,453.78 $30,381.47 $16,194.60 $119,666.30 $76,130.25 $225.00 $9,769.75 $1,671.00 $3,091.06 $2,444.88 $826.40 $487,439.64 $111.31 $176.90 $312.67 $150.84 $150.87 $186.63 $7,132.86 $17,178.13 $200.00 $4�0.00 $425.00 $3,364.75 $30.51 $28.05 $1, 627.32 $275.59 $1,476.33 $300.00 $3.00 $1.00 $1, 344.33 $839.00 � $182,103.16 $44,932.60 $10,943.45 $15,084.00 $41,790.99 $80,250.90 $114,125.76 $17,178.13 $9,660.00 $2,000.00 $9,775.00 $3,364.75 $976.32 $4,095.30 $1,627.32 $69,999.86 �78,245.49 $5,100.00 $16,392.00 $2,732.00 $1,344.33 $839.00 $712,560.36 $487,439.64 � $712.560.36� $1,200,000.00� CITY OF FORT WORTH STAND.4RD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER A�WARPED PROJECTS Fonn Version May 22, 20L9 [PRC23-0122 Water Sewer Bid Pmposal ��ACK«No PARTNERS EXHIBIT E PRO�OSED CHANGE ORDER (PCO) SUBCONTRACTOR: ADDRESS: PROJECT: ESTIMATEDJACTUAL COST: SCOPE OF WORK: REA50N FOR WORK: Subcnntractor Signature BY T1T'LE DATE PHONE: PCO No. DATE: BLACKLAND APPROVED ❑ YES ❑ NO PM Approval � � Date: Blackland Partners, LLC Contractor Stgnature BY TITLE DAT� For Internal Use Only 0 REALLOCATION ❑ C�f�TRACTOR 0 OWNER SUBCONTRACT AGREEM�NT - 2U25 EXi1lBIT F- LIEN WAfVER FaRM5 SUBCONTRACTOR�S IMTIAL5 !� BLACKLAN� PAR7NERS,LLC Pag�CONTRACTOR�S IN ITlRLS EXHIBIT F LIEN WAIVER FORMS COND1T101�AL WAiVER ANU RELEAS� �1V PROGRESS PAYMENT Project: Job No. On receipt by the signer of this docut�ient of a check from Blackland Partners, LLC {rnuker of checkj in the sum nf $ payable to (payce or• payees of checkj and when the check has been properly e�tidorsed and I�as been paid by the l�ank on whiclt it is drawn, this docume�it becomes effective to refease a�iy mechanic's lien rigl�fi, a�iy right arising from a paytt�ent band tl�at comp{ies with a state or federal statute, any com�»an law payment bond right, any claim for payment, and any rights tinder any similar ordinanc�, rule, ar statute related to claim or �ayment ri;hts for persons in the signer's position that the signer has on the property of (rn��nerJ located at (location) to the fallowing extent: (joh descriptionJ. This release covers a�rogress �ayment for all labor, services, equipment, or materials furnished to the property or to Blackland Partners, LLC (pe��sof7» rtla i��l�nrri sr�T�rer cartr•acledJ as indicated in the attach�d statement{s) or progress paytnent request(s}, except far unp�tid retention, pending 1110difIC&�EO115 and changes, or ather ite�ns furnished. Before a�iy reci}�ient of this document relies on tE�is docume�it, the recipient should veriFy evidence of payment to the signer. The sig�ier warranis Yhat the si�ne�- has already paid or will use the funds received From Ehis progress paytt�ent to promptly pay in full all of ti�e signer's laborers, su6contrac#ors, materialme��, and suppliers far al] work, materials, equipment, or services provided for orco the aboue referenced project in regard ta tl7e attached statement(s) or progress payment requ�st(s). Date (Co��pany Na���e} : (5ignature) (Tit1eJ sTATE oF COUNTY OF This Conditional Waiver and Release on Progress Payment was aci:nowlec�ged before me on this day of ZO , by , on behalf of Notary Public — State of My Commission Expires: SlJBGONTRACT AGREEMENT — 2025 �XHIBIT F- LfEN WANER FORMS Pag�3,�# 3 SU6CON7RACTOR�S INITIALS - COfJTRACTOR�S INITIALS�p� BLAGKLAN6 PARTNERS,LLC NOT[CE: This document waives rights unconditionally and states that ��ou have been paid for giving up those rights. It is prohibited for a person to requere you to sign this document if you have not been paid khe payme�t amount set forth below. If you have no# 6een paid, use a conditional release form. IJNC�NDITIONAL WAIVER AND REi�EASE ON PROGRESS PAYMENT Ps•oj ect: ]ob No. The sigi�er of this document has 6een paid and has received a progress payment in the sum of � for all labor, services, equipment, or materials furnished to the property or to Blackland Partners, LLC {persc�ft tivith tivham srgrrer corlt�•acled� on the property of (otiF�t�er•) located ai (locatios�) ta the fallowing extent: (juh cfesc��i��tiorr). The signer therefore waives and releases any inechanic's lien ri�ht, any ribht arising from a payment bnnd that contiplies with a state or federal statute, any cornmon law payme�it bond right, any claii3l for payment, and any rigltts uitder any sin�ilar ordinance, rule, ar statute related to claim or payment rights for persons in the signer's position that the signer Izas on the above referenced project to the following extent: This release covers a progress payment for all labor, services, equipment, or materials furnished ta the property or to Blackland Pa�-tners, LLC (persnn r��ilh u�hvrrr signer cnrzlracledJ as indicated in the attached statement(s) or pro�ress paynie�it request(s), except for uilpaid reteniioi�, pendiug modifications and ch�nges, or other ite�ns furnished. The sigr�er warrants tliat the signer has already paid or wil] use tlie funds received from this pragress pay�nent to promptly pay irt full all of the signet''s IaboE'ers, subcontractars, materialmen, a��d sikppliers for all work, materials, equipmetit, or services provided for or to the above referenced project in re�ard to tlie attached statement(s) or progr�ss payment request(sj. Date (Company Name) By: (Signature) {Title) STATE OF COUNTY OF Tl�is U�iconditio:iai Waiver and Release on Progress Fayment was acknawled�ed befare me on this day of 20_ by , on bel�alf of Notary Pu61ic — State o� My Commission Expires: Sl1BCONTRACT AGREEMENT — 2025 EXHIBIT F- LIEN WAIVER FORfiAS PagQ�af 3 SUBCDNTRAGTOR�S INIT�ALS •'�•' GONTRAGiOR�S INITIALS f.� BLACKLAIV� PRRTNERS, LLC EXHIBIT "G" 1NSURA.NC.E R.EQU112EM�NTS C�NTRACTUAL 1NaURANCE #�EQUlREf�IE�VT� iF.>:.-,aE.� -n,�`y���a;v..�.:�r.�u�a�r.<a._Sra=�zs,.��� .:�z..-..u.�aa.,_u���c:nL:cy:�-+_k��i�•:r����...._ ..!�d4txfs�:, ��_-��l"re.c._,r.�_�.,r- .r•'�.-'v�•�'ly�lei..l:�.}_' LCl:1a:l.,y.�_�¢3cx'u:i�iald::i.���=ii�:..•:.c��F�_'cyy��l�ir�:��a_ii��riF�lirlaill$�Ji\1�yY'SfG`.Se1.�tt'dFwt��_11:f? .,_u�,et�l��.• ne::.:d:�m:._:s_. ��:ti+«'�as�,.!'v - ��;-�:a:f. rrxscy� L:,a� vrttr_�e :�neas El._- v_:'� �'� iE•.t'z ❑NL4.'.'r T:; FF!4TF.= FR_M f, : l=.� __R,i4p. M.n�te �_ . � _ 6:. _':R I RF.:� E.!P ;N�.e ��s te+s�n � oer�er,a� Iw.:a�e� a,,cr=>u.�. w.si4f�r a.;�C i14Bill'+ uwteaE�}. ��c��. L1481LIT1 �Vf�•_�:ic i't�kp �rEYp_4{EE lv.HlLl�"+' � ICE',F'A hiT..R=C.�T _r � .��7&=�,A�, i}fr ar°. F?.'�P IF:rr, �_ri.. C WFo=7 ti::. �FL.i... �w�Pk::.FC� ��.i�_n�,_�I G 4h t IFi� =�'�o:�� � IN I7 �, _. ._� sr e, �p�r: t ni. IFJ��t�. r�.A'g� �e�.,cs����i l�l ''+V'.r__ h'T''a I6�*�i� � wJ3�'a r�i tt�derRl k 5;:�"e6J_c.: N.f'J_ IF=ii:PFR'1� i.�1Y�Y.,ESFa wt�=,�n:r� ,Y, • MI'£5 a�TCa I }i. Yf`Jh4t7.'AE..i/h-TCfi x r_cLi_r en_-__,.:��:�f�cE � .� . �.�.._. ..,-�e,;y.-� I����1�,i��ci U�� '-..' IF:. Fn_- •r::'.�'r'.T le� -^ED�F-�,nev�v.r.rs i !_ ': SF,e�E . M:,� ='r L14FFT �F' �/LaJFGi4��.'JY fJW+��he ES.I�it� -- — —_ � 8ar.: e�lk�:.p I o'eea�_ny Pr:�i�!+/ F, -•Yy �C�_!:hll.:a I eSl..'imbllr_i'4 -..r�_..� I Fxz.E:Fe!� r.��:f.�� x. I F?n !r k�uS 61'�._ I o� 1,a9u41n.3 FI.�.! I �rd,A'.�h9��iL- IF..i.aB��GB'c, I i;AAk1Ek RE!]UIREYENl�i A-vr hlphct, LSI l'.vlr �E�..v.Sfl.., ., r. . x �...rw.�..,r� a's.i M�^,iw CErtificate Halder I�larklan_� Parfia�a, LLC G4 �'.eR&u�6 13+C;A Hoichwe3t Fte�way, Sul"e 6+}6 ioua#on , i7t T7M0 I f�bC3{±�i7NAi Ft�t3U1R�iAEhl75 D1vEaion Harne: ?31 ProJoctB- _.- ,,p:i.:.t�'tr � � .� usneral L1obiNty arri Us�7Lra�a L3�[�ty pot]cWa sann�F h3ve any exefueMas pertalning tn ��aitployur3 Ll�ll&ty�rOm 1 � 5 4 4 � 1 4 4 S L I :_oc�,oa{ i, �a 9,4G9� 2. DG0.409� 2.��.�� � aCO.OQd s,oaa.oaa� 5,OQ0.4� '�.4C�G.GCC} °,oca.� c:� ',. 7C t, G£�£� � SUBCONTRACT AGREEMENT — 2025 EXHIBIT G-1NSURANCE REQUIREMENTS Pag¢'�1b# 2 SIJBCONTRAC70R�5INITEALS ,i`d CONTRACTOR�SINITIRLS�� BLAClCLAND PARTNERS, LLC 9f[ytf�Sng 0�llBr tnart t3faC f�DurW us1'�r [S4 �orm No_ GG 4003 i� o4;or equEv�atantl- �a `3r� Qariy ass1� ever aweNlsFan� al6vwatl". GETfERAL ANO UI1f8iiEli�` �ORM $�C HED�IJL�3 ARE REflU1RE� F6Si REYkEYhf. PiE.S.°.E 4f�LC��U F�9FW SGMEGVL�S. -3C asy� �no4kcs or eancefiatian ta raquua�. -��3fatC sN� �G2C�7 cr equtvslent • aUtlHtcna4 Lnsur�aa sntloraament tor 6ath ongoing .aW tArnp[a#ed oparsClarre. -WaNar of 3uGrog�iton applkea� #n �av�r qi:Cw�twr. Cantrxtor ar� their enspioyeaa -Flsaas conikm on Ihs c�rtl.Ifc�a �r by upbamng sndore�manl(ea [hsgt Atlrl�Io�aE lneusetl �ppila� Co �Ne pbNcy. -�.r1tllCsanaf Ina�errad F1ame�: ownar, Ca[r#r9tz�. a�1 auch oiher par'is�a ae may ae req�uired hyr tha Con:ractor andta i�e �untrxt Dmcumeizts. -Atl�tlona3 Insuretl applloa So Genaral LiaO��ty. -P3aase wnllrm on tA�e ca[i6licada ai by upbaGEng a�ndoreamea�t(aj �hak 71'afver oF Su6roga4kan appllaa iv !hla pollcy. -Piaaes conttrm on rne oerlftieate ar by up�amn� enCareemert5(a) tFut PSl�nsry 8 rlon�onhibalaY ePP�lae ta thta patlC�. :,�_1:,fi.:?b,i= L�a1�i�� -�6 uay t�t[cs oi canceP]a�on Fe requlre�. - Walve�r aT SuGmgatton applCae 3n 1�vor orownar. Curt�actar aral th�alr al�proyeae -Piaaae ooniRm oa trte ceritl�ceFe or by upbaang �nifaraemer�4�e� ¢ha: Rtltllfi0R81 IRBWiG �pi188 SO V118 ¢611Gj'. -AA�S]ona� Ir�sor9tl Namee: OwneQ. Contractar. �n�C aud� othfr par!]ea as map Ge reaWred Dy tAa Cantiactor snc�lu i� �Cnn�rac# Decurnanta. -Atl�tlatis! InaurBtl Spp11�6 to A�3tampD118. -ptesea cantum on tne ceM�sca�e ur oy upwvmng endoreemaM�ay tna: we�ver ar avtrrvgatsan apqlee to �nla pdicy. -waaee cantvm on tne cerdnca:a 4r dy up�oading entloraeme�t�a) mat P�7mary d Han�o-nlrf D�riory apPklea to tnta pot3cy. , ,l.,•» r c : � :. _ _ :�. �, r. • Generar uanplty ana umhr�3la uenmry poiblaa cmnat nare a� fxclvalot,s periatnlnp ta �mployara ualNnty��5'a+n AnythlnA other trtan triat faural untlar [SO Faan Nar. CG 06 04 t2 Od {� equlvate�ty. No "9rG p:irty actlon a•rare.xdue7otta aibvretl'. GENERdI. AIiR l.kFABFtEL�. FORfA 9CHEDULES ARE flEQUfRff! FOR. R£'11�`A!. PLE.kS� �iPi04D FQRM SCHE6ULES. -30 oaq tnotice aT canceklSJon fa requlratl. -Foflow form war¢tirte la acr�pLsbW - UmGf�lia rnuat po aver Qsnaral IFaGllkty. auto f1a6Ntly ana 4�lDy6�a Ik6�Mlty. Y6U tan atat3lhM on tAa catttlEc�� o� ��eaa a capy as ine unaertytng ua�ucy acmaau�a ot me umbrei�a. -'h"arier of Sui�ragattpn� applhsa �n tavar of:Owner. Cantraetar antl tnalr emplayaea - Flaaee ovmnm on tns cecitticace w dy upwaang enea4amsna(a) thss Addttlonel lr�awau appNea to mla pa�lcy. -AclUlsional Inst¢etl Mast�ee: Owner, Contracta. and such �iAer parlbee as may ba r9QlAred i1y IY,6 Contrae[or arttl��oeSt�e Cantroct Do�cumants. -AtlWnonal lnxurstl appllee Co F/mGretlu. -pleaee canthm ori t»a cetlfdic�a or by uploamng entlaaemaM�a) aheS walver oT Subfogailon 9pptlee i�r J�Is poFlcy- -PI@�6 C611M'Tit DA tllB C9i1dIC�48 8f by 7t{IJ08di1Q 6f1tl0lH@fE1811t(8j fh3S Pnmary 8 Han�nnlrtbutory �ppFleu ta CNa p07ky. �dv._�s�.� ,,;_r�i�i, :g�i�: n - 30 Uey lw1tCB 4f C871CB118LFon Ee r&qulfeA. -1Matver oP SUGtog�lbort appl�e In Pawar ot:otiener, Cna[tractor anu trialr empwy6ea -�lea.e wmrm on n►e certmcata or Cq upwaang anc«eamar�(sy tnat a�etvsr or sunrag�floh app�ae ta mka pd�cy- Sl18CONiRACT AGREEMENT — 2025 EXHIBIT G- INSURANCE REQUIREMENTS Pag¢�eJ 2 5U6CONTRACTQR'S INITiALS !'' CONTRACTOR'S INITIALS�� BLAGKLAND PARTNERS,LLC EXHIBIT H PR�J�CT CL�ANUP l. Contractor shall pro�ide trash container{s) at a designated incation on site for the removal of all irash and debris fram the project. 2. It is the responsibility oi each Sabcontractor ta clean up trash and debris resulting from his Work on a daily basis and as directed by Contractor and deposit sucl� in the container for removal from the site. a. Subcontractor is responsible for street/paving c[eaning and dust control as necessary ta maintain the public and private streets/paved areas iree of mud, dirf, dast and debris resulting from Subcontractor's actions and Work. This includes responsibility for cleaning streets and pa�ed areas when Subcontractor's vehieles or suppliers track dirt or mud o��to the streets and/ar paved areas. b. Daily clean-up of site perEaining to this scope is mandatory by Subcontractor. The Su6contractor shall remove all trash, scraps, and excess materials irom the work area daily and p6ace in a Contractar-furnished eontainer. If the 5ubcontractor fails to remove all trash, scraps and excess materials dai[y, the Contractar shall give a 24-hour notice of the problem and tF�en will i�ave such trash removed at the Subcontractor's expense at the rate of $50.00 per hour per worker. 3. In additian, each Subconh•actor shal[ provide %r and participate in the �eneral cleanup of the praject under the directian of Contractor as follows: 9. The Contractor will schedule a general cleanup of th� project one day each week for duration of eight (8) HDURS. 5. Each Subcontractor who has worked on the project at any time durin�; the previous week (*) shall provide cleanup workers (*) ta be availa6[e at the time scheduled by Contractor for tE�e purpose of participating in the general cleanup of the entire project. *A wee[c is Sunday ta Saturday **Construction workers to be provided by this Su6contractar 6. The number of clean-up workers to be provided by tiie Subcontractor shal[ be proportionate to the average number of employ�es for the current week. • One (1)-- Five (5) Employees = 1 Clean-up Worker • 5ix (G) —Ten (IO) Em�loyees — 2 Glean-up Workers • Eleven (1 I) or more Employees = 3 Clean-up Workers 7. If the 5ubcontractor had no emplayees on the praject during the current week, then he will not be required to partieipate in the general clea��-up work for that week. $. The Subcontractar is responsible for the participation of its sub-subs in the general cleanup war[c. Each Sub-subcontractor will provide clean-up workers on the same proportianate basis as each Subcontraciar. 9. ]f at any time this Subcoi�tractor fails ta participate in the required general cleanup of the praject, re�nove trash or debris, or fails to perfarm ather ciean-up work as directed by Contractor PGC, tl�en Contractor �laay provide the clean-up labor at the expense ofti�is Subcontractor. ln the event of such insYances, the Subcontractor will be notified of his failure to participate as directed by Contractor, Contractor shall employ two {2) temporary Eabor emplayees for each one employee to be provided 6y the Subcantractor to perfarm the Subcontractor's general clean-u� work. Contractor sha[I invoice the Subcontractor ac#ua[ cost plus 25% to co�er Cantractor's estimatecE ac[ministraEi�e costs. Payments to the Subcontractor may be witlllield until such time as Contrac#or is reimbursed in full for provic{ing ternporaty cleanup labar far the Subcontractor. 10. By initialing belaw, Scrbco��tractor acicnowledges and agrees to the a6ove provisions. SUBGON7R�C7 AGR�EMEN7 — 2025 Exhibit H— PROJECT CLEAN UP Pag��1 SUBCpNTRACTOR'S INITIALS �h� CONTRACTDR'S INITIALS $LACKLAN� PARTNERS, LLC Exhibit I SDI Addendum This Addendum to the Suhcontract Agreement ("5DI Addenctum") is incorparated into and modifies the 5ubcontract Agreement to which it is attached ("Subcontract") as between Contractor and Subcontractor, with respeet to the Project. 7his SDI Addendum shall be effecti�e as of the Eff�ctive Dat� of the S�bcontract Terms not defined herein ha�e the meanings assigned to such terms in the 5ubcontract. All re�erences to the Subcontract [locuments, wherever foeated, shal] include this SDI Addendum. To the extent that this SDI Addendum �aries from th� terms and conditions as s#ated in the 5u6contract, any attachment� to the Subcontract, the general and special provisions or conditions of the Subcantract, any otF�er t�rm or condition of the Suk�contract, ar any other dacument incorporat�d inio the Subcantract Documents, the terms of #his SDl Addendum super�ede and replace any conflicting terms in the Subtontract Documents, and this 5�1 Addendum shall go�ern and control the intertt, interpretation, and effect of the Subcontract, subjett only to mutually executed Change Orders or Amendments between Contractor and Subcontractor after the Effective Date o� this SDI Addencium. The Subcontract is hereby modified as follows to include the fallowing general revisions: Settinn I. Cantractor shall ha�e the right to maintain subcontractor default insurance, through a third-party insurance carrier with respect to any or all subcontracts far th� Wark or the Project (the "S�I Insurance Policy"J. The SDI Insurance Policy shalf be on such terms and contain such coverages, exclusivns, premium, co-pay, and deductible as reasonably determined by Contractor. The SDf Insurance Policy may pro#ect Contractor against iosses arising out of or in connection with 5ubcantractar's default under the Subcontract. Contractor shall have the right to adjust, compromise, and settle any loss insured underthe SDl Insurance Policy in such manner and on such terms as reasanably c[eterrr�ined by Contractor. Subcontraetor shall coaperate with Contractor and its insurer in investigation, adjustment, and s�ttl�m�nt of any claim, inc[uding withaut limitation, pro�iding such documents and infarmation as reasonabiy reques#ed. Section lf. Pribr to starting the Subcontract Work, or at any time requ�st�d by Contrattor ar its insurer, Subcontractor shall prn�ide all information and/or documentation reasonably requested Eay Contractar and/or Contractor's insurer in connection with or related to: (i) prequalification ta be admitted ta Contractor's Subcontractor Default Insurance ("SDI") program, (ii} continued qualification, and (iii) the 5DI Insurance Poiicy or coverage thereunder, including, withc�ut limitation, 5ubcontractor's books, reeards, accounts, communications, and other documents, including financial information including financial statements, backlog dafia, prior project performance and information, prior claims, references, arganizational information, and any other reasonably r�quested information and docum�ntation that the Contractor and/or insurer may use or request, including without fimitation that necessary to perfarm underwriting and/or pr�qualifitatinn nn the 5ubcantractor. 5u6contra�tor shall eooperate with all prequalification or qtaalification r�quiremenis, including submitting any information and/or docutnentation reasonably requested by the Contractor or its insurer in the form required by such party. Subeontractor shall provide such information and documentation in the manner required by Contractor, including through Compass or other third-party subcontrac�or prequalificatian program or entity of Contractor's choasing ("Prequalificatian Prowider"). 5ubcontraetor agrees that it wil[ take a!I actions necessary, at Subcontractor's cast, to be quali�ed and able to access, use, and submit pr�q�aalification infarmatian through the Prec{uali#ieation Provider's program, including entering into any required subscription agreement and pro�iding requested informa�ion and documenYation to creat� an account. In the event any infarmation or documents are submitted directly to Contractor, Contractor agrees to maintain the confidentiality of same. Seetion f[I. Subcontractor shall be Iiable for all tosts assoeiated with any daim, including, but not limited to, attarneys' fee, deduetible, and/or co-pay amaunts applical�fe under the 5D1 Insurance Policy but only to the extent any daim(s) or loss was caused by 5ubcontractor's default under the 5ubcontract or otherwise SUBCQNTRACi AGf2EEMENi - 2025 Exhibit I- 5RI Page I of 2 Sl16CONTRACT£IR�S INITIALS J�� CO1�l7RACTOR'S INITIAL BLACKLAND PARTN�f2S, LLC caused by Subcontractor's or its sub-subtontractors' ar suppliers' �of any tier) fault, negligenee, breach of contract, or willful misconduct. Any suc}� costs may, at Contractor's optian, be deducted from Suhcontractor's remaining Subcontract balance, l�e withheld #rom any payment due Subcantracfior, or be paid tc� Cantractor within fi�e (5) days of demand. Contractor will be entitled to r�imbursement from Subcontractor for such cnsts or may deduct the same from sums otherwise due Subcon�rac�or. Such amounts due to Contractor are expressly subject to Contractor's rights to withholding and offiset contained in the Subcontract. S�ction IV. Shoulcf Contractor abserve any failure to perForm any term or obliga#ion of the Subcontract on the part of the Subcontractor, Contractor may first issu� 5ubcontractor a Notice to Cure, �ia any written means, inCluding without limitation email or projeet management sofitware, gi�ing #he Sub�ontractor two (2) days (or such longer time as determined in Con�ractor's reasonable discretion) #o provide a plan of correcti�e actions and diiig�ntly thereafter to commence and complete alf necessary corrective actions. Should Subcontractor fail to provide an acceptable �lan of eorrective actions, in Cantractor's reasanable discretion, or fail ta diligently commence and complete af1 necessary corrective actions, Contractor may at any time thereafter, declare Subcontractor in default, in attordanee with the #erms of the Subcontraci, and issue a written Notice of Default delivered to 5ubcontractor via any written means, including without limitation email or project management software. Seetion V. (Votwithstanding anything in the Subcontract to the contrary, in the e�ent of any �ayment by the insurer pursuant to the 5al Insurance Policy, the insurer shall be subrogat�d, to the extent of such payment, to all c�f Contractor's rights, causes of action, and daims against the 5ubcontractor. Section VI. 7he following shall constitute a default by Subcontractor, subject ta all af Contractor's remedies set forth in the 5ubcontra�t, including without limitation, terminaiic�n: (ij failure of 5ubcontractor to com�ly with any obligations ar requirements in this SDI Addendum, after Contractar provides Subcontractor with two {2) days priar written notice and opport�nity ta eure, and subject to Section IV her�in, shall constitute a defauit; and (ii) failure to qualify for Contractor's SDI pragram. The Sul�contract is herehy madified as follows to intlt�de the following specific revisions: lnsert the fallowing as Paragraph 6.1.8 of the General Pro�isions of fihe Subcontract Agre�ment: "Additionally, the indemnities agreed tn by 5ubcontraetor under Article 6 exist regardless of Subcantra�tor's enrollment status and/or amount or type of eo�erage under Contractor's SDl program and/or SDI Insurance Policy." Insert the fallowing afterthe third sentenee vf Paragraph 7.4.2 csf the General Provisions of the 5ubcontraet Agreement: "5ueh costs shall include ail costs assoeiated with any claim, including, but not limited to, attorneys' fee, deductibie, and/or co-pay amounts app{icable und�r the SDI Insurance Policy hut only to the extent any claim(s) or loss was caused by Subcontractor's default under the Subcontraet." Insert the following after the last senfience of Paragraph 9.5 of the General Pra�isions of the Subcontract Agreement: "8y way of clarification, nothing in this Section 9.5 shall be construed �o serve as a limitation or waiver of Contractnr's rights or remedies a�ailabl� under this Su6eontract or applica�le law, nar shall it be canstrued or deemed to shorten any applicable statute of limitations or statute a# r�pose." Sl1BG�N7RACT AGREEMENT - 2025 Exhibit 1- SDI P3ge 2 of 2 SlJ6CONTRAGTOR`S INITiALS �ha CQNiRACTOR�5INiTIALS BL.AGKLAND PARTi�lERS, LLC EXHIBIT I ADDENDUM TO SUBCONTRACT AGR�EMENT REGARDING SUPPLEMENTAL CONDITIONS 1 COMMUN�TY FACTLITI�S AGREEM�NT (Svnds Ranch Project} This Addendum to #he Subcontract Agreement ("Addendum"} is incorporated into and modifies the Subcontract Agreement ("Subcontract") between Blackland Partners, LLC ("Cantractor"} and Venus Co�struction ("Subcontractor"), dated 101912Q25, for Work under project Number 2502N.3-OOl on the Bonds Ranch project ("Project"). As required by fihe Standard Co�n�nunities Facilities Agreement ("CFA") betw�en the 4wner and ti�e City of Fort Wor�h (the "City"), tl�e below provisions are incorporated into tl�e Contract Dacuments. Subcontractor agrees that the follawing amendments and/or modifications are effective as ofthe date of tlxe Subcantract and ti�e amendanents and/or inodifieatians are fuiiy incorporated t��erein. In tl�e event of any conflict between this Addendum and tl7e Subcontract ar other Contract Documents, tlte terms of this Addenduin shalt cont�-ol. 1. The Community Pacilities Agreements Ordinance, Chapter 9 ofthe Ci�y oiFort Worth, Texas City Code, Ordinance No. 23bS6-05-2019 ("CFA Ordinance"}, as amended, is incorporated in#o the Subcontract by reference, as if it was fully set out herein. Subcontractor agrees to corr�ply with all provisions of the C�'A �rdinance in the performance of Subcontractor's duties and obligations pursuant tp the 5�[bcbntract. 2. Subcontractor agrees that its Work shall be co►r►pleted in a good and wor�Cmanlike inar�ner and in accordance with all City standards, specifieations, and plans %r the Improvements and the Subcontract. Far the purposes of tE�is Addendum, tl�e term "Work" shall refer to ti3e "I►�aproveinents" as defined in the CFA, and the terms may be used interchangeably herein. Subcontractor acknowledges that City will not accept the Work until the Gity recei�es affidavits and lien releas�s signed by Subcontractor. Contractor's receipt of statutory conditional and unconditianal waiv�rs and releases of lien singed by Subcontractor in accordance with the Subcantraci is a eondition precedent to payment ta Subcontractar. 4. Subeontractar a�rees ta co�lstruct tlte Work in accordance witl� the CFA Ordinance. 5. Subcontractor represents that Subcantractor satisfies the require�nents of the City to canstruct the Work, including, witho�t limitation, as applicable, being pre�ualified, insured, licensed and bonded to construct tlae Work in the City. 6. Payment and Perfornnance Bands. Contractor inay reGuire Subcontractor at any tiine to provide payanent and perfonnance bonds naming tk�e Contractar, the City of Fart Wn�tl�, and the Owner as abligees, in the amoiint of one hundred percent (�00%} of the cost of the WorEc, as reqtiired by the CFA Ordir�ance. The payment and perfonr►ance bonds shall guarantee construction of the Work and payinent of all subeontractors and materia] suppliers. 7. Insurance. The City must be named as an additional insured on al[ insurance policies. Bonc�s Raneh / Bfaeklaod P:�rtncrs, LLC Supplemental Conditions/ Community I�Heilitics Agrecn�cnt (CFA) rlddenJum $. Subcontractor agrees that construction of t�te improvements shafl be subject to inspection and t�sting at any and all times by the City's inspectors. 9. Subcontractor shall not connect buildings to service lines of sew�r and water mains constructed pursuant ta tl�e CFA, if any, until said sewer, water mains and service lines i-►ave been completed to the satisfaction of ti�e Contractor and City. 10. SUBCONTRACT'�R SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS TH� CONTRACTOR AND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, SUITS OR CAUSES OF ACTION OF ANY NATURE WHA'iSOEVER, WHETHER REAL OR ASSERTED, BR011GHT �'OR 4R ON ACCOUNT OF ANY INJURIES OR DAMAGES TO PERSONS 4R PROPERTY, INCLllD1NG DEATH, RESULTING FROM, OR IN ANY WAY CONNECTED WITH, THE CONSTRUC7'ION OF THE 1MPROVEMENTS CONTEMPLATED HEREIN, WHETHER OR NOi SUCH IN3URIES, DEATH OR DAMAGE5 ARE CAUSED, [N WHOLE OR 1N PAR'1', BY THE ALLEGED N�GLIG�NCE OF THE CONTi2ACTOR OR THE CITY OF FORT WORTH, ITS OFFICERS, SERVANTS, OR EMPLOYEES. SU�CONTRACTOR SHALL INDEMNiFY, �EFEND, AND HOLD HARMLESS THE CONTRAC'I'OR AND THE CITY FOR ANY LOSSES, DAMAGES, COSTS OR EXPENSES 5UFFERED BY THE CONTRACTOR OR THE CITY OR CAUSED AS A RESUI.,T ()F SllBCONTRACTOR'S FAILURE T� COMPLET�, THE WORK AND CONSTRUCT THE IMPROVEMENTS IN A GOOD AND W4RKMANLIKE MANNER, FREE FROM DEFECTS, IN CONFORMANCE WITH THE CFA ORDINANCE, AND IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. 1 i. 5ubcontractor agrees that the Owner and City are express tiiird-party beneficiaries of tlxe Subcantract. 12. Audit. Subcontractor agrees that, as �•equired by tEle City, Contractor and the City shali, unti[ the expiration af tflree (3) years after fir�al payinent under the contract be�ween t1�e Owner and Prime Contractor, liave access to and tf�e right ta exainine any directly pertinent boo!<s, docu�r►ents, papers and reeords of 5ubcontractor re[ating ta the Work, and further, that Contractor anci the City shall i�ave access during normal working hours to all of the Subcontractor's iaci[ities, and shall be provided adequate and appropriate work s�ace in order to conduct a�.�dits ir� compliance with the pravisians af tl�is section. Subcontractor shall ktave reasonable advance notice of intendeci audits. l3. Prohrbition on Boycotting Israei. Subcnntractor acknow[edges tk�at in accordance witl� Chapter 227 i of the Texas Gavernment Code, tf�e City is prohibited from entering into a contract witl-► a coinpany witla t0 or ►nore fuil-time employees tElat i�as a �al�►e af $100,000 or more that is to be paid wE�olly ar partly from publ ic funds of the City for gaods or services unless tiae contract contains a written verificatiott frotn the coanpat�y tljat it: (l ) does not boycott Israe[; and {2) will not boycott Israel during the term of the contract. To ihe extent that Chapter 2271 of ti�e Government Code is applicable to this Su6contract, by signing tl�is Subcor�tract, Subcantractor cer�ifies that: (1) Subcontractor does na� boycott lsrael; and (2) Subcontractar will not baycott Israe[ during the ter�n of the Subcantract. 14. Prohibition on Boycotting Ener�y Comi�anies. Subcontractor acknowledges that in aecprdance witl� Chapter 2276 of the �"exas Governinent Cade the City is prohibited from entering into a contract for goods or serviees tl�at has a value of $100,000 or more that is to be paid wl�olly or partly from publie funds of the City witi� a eampany with 10 or more full-ti�r�e emp[oyees unless the contract contains a written �erification from the eoanpany that it: (l) does not boycott energy campanies; and (2) will not boycott energy companies during the term of the co��tract. The terms i3onds Rancit! C3iacki:�nd Partncrs, LLC Supplementa[ Conditiuns / Community� Fs[ci[ifies A�reeEncnt (C�'A) Addendum "boycott energy eompany" and "company" have the meanings ascribed to those terms by Chapter 2276 of the 'fexas Government Code. To the extent tl�at Citapter 227b of the Government Code is applicable to this 5ubcontraet, by signing this Subeontract, Subcontractar certifies: {1) 5ubcontractor does not boycott energy coittpanies; and (2) Subcontractor will not boycott energy corr►panies during t�1e tenn of the Subcontract. l5. Prohibition an Discrimination Against Firearm and Ammunition Industries. Subcontractor acknowledges that except as otherwise provided by Chapter 2274 0� the Texas GovernmenE Code the City is prohibited from entering into a contract for goods or services that has a value of $l OQ,�00 or tnore tl�at is ta be paid wholly or partly from public funds of the City with a company witls 10 or more full-time e��ployees unless t1�e eotatract contains a written verification from the cocnpany ti�at it: (l) does not have a practice, poliey, guidance, or directive tE�at discri►ninates against a fireann entity or fireann trade association; and (2) will not discriminat� during tlae term of the contract against a fireann entity or fireann trade association. Ta the extent tl�at Chapter 2274 of the Government Code is applicable to tl�e Subcontract, by signing this Subcontract, Subcantractor certifies: (1) Subcontractor dnes not have a practice, policy, guidance, or direetive that discriminates against a firearrn entity or firear�n trade assoeiation; and (2} Subcontractor will not discriminate against a firearm entity or firearm trade association d�iring the ter�n of the Su6contract. 16. Immigration and Nationality Act. Subcontractnr shall adhere to all Federal and State laws as well as establish appropriate proeedures and controls so t1�at no services will be p�rformed by any of Subcontractor's ernp[oyees who are not legally eligible to perforaaa such services. SUBCONTRACTOR SHALL INDEMNIFY TH� CONTRACTOR, OWNER, AND THE CITY AND HOLD THEM I-�ARML�SS �'ROM ANY PENALTIES, LIABiLiTIES, OR LOSSES DUE TO THE EXTENT 5UCH PENALTIES, LIABII.,iT1ES, OR LOSSBS ARE CAUSED SY SUBCONTRACTOR'S FAILURE TO FERFORM THE OSLIGATiONS IN THIS PARAGRAPH. Contractar acknowledges and agrees that tl�e Contractor shall 1ia�e the right to immediately terminate tE�te Subcantract for violations oftliis pro�ision by Contractor. Bonds R�nch! Slarlclarkd Partners, LLC Supplemcotal Canditions 1 Communif}� F�cilities Agreemcnt (CFA) Addtn�lum 00 45 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvne" box provide the complete maior work tvpe and actual description as nrovided bv the Water Department for water and sewer and TPW for pavin�. Major Work Type Water and Wastewater New Development, Rehabilitation, and Redevelopment Open Cut (42" and under); Auger Boring 48-inch diameter and smaller; Rehabilitation of sanitary sewer manholes and junction structures with Warren Environmental System, CCTV Inspection Contractor/Subcontractor Company Name Venus Construction Co Skaggs Road Boring Inc. Madero Engineers, Architects & Constructors, LLC 4/30/2026 4/30/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Venus Construction Comnanv Company P.O. Box 90 Address Mansfield, TX 76063 City/State/Zip � IM�l1�[)l� (Signature) TITLE: President DATE: 1/23/2026 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS By: Josh McAda Prequalification Expiration Date 5/31/2026 Updated Pre-qualification statement Form Version September 1, 2015 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 2 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Coirtractor certifies that it 4 provides worker's compensation insurance coverage foc all of its employees employed on City 5 Project No. 105049 Contractor further certifies that, ptu�suant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. : 9 CONTRACTOR: 10 Venus Construction Companv 11 12 13 14 15 16 17 18 19 Company P.O. Box 90 Address Mansfield, TX 76063 City/State/Zip 20 THE STATE OF TEXAS 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 COUNTY OF TARRANT By: Josh McAda (Please Print) � � ��-� Signature: � , �_ � Title: President �5�. � � d� (Please Print) � 0 BEFORE ME, the undersigned authority, on this day personally appeared Josh McAda , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of iVenus Construction Companv for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � day of �r� �12 ,20�-� ,`��aoa�a� 6 n �oorpo�i ,�°°'gSA RE�j`°'', / �I ,��nn c°�� �p,RY P� j:�''AO ( �f ►.t/�i JC.�li4i�C9 _/ �''•. '�: O <�•: �z = Notary Public in and for th� State of Texas _ :� c�: = - �¢A�O 2869'L" �':p`1�^:: CITY OF FORT WOI��FS Q% I`L�1 a`��`,` STANDARD CONSTRU�N�BP��IFICATION DOCUMENTS Revised April 2, 2014 _ : �, Q : = END OF SECTION Bonds Ranch Multifamily CPN 105049 � Additional Insured — Automatic — Owners, Lessees Or ZURICH� Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 3088495-00 I Effective Date: 4/16/2025 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U-GL-2162-A CW (02/19) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 4 in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products-completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products-completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and U-GL-2162-A CW (02/19) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 4 (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or "suit" as soon as practicable; and (3) A request for defense and indemnity of the claim or "suiY' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suiY'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. U-GL-2162-A CW (02/19) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 4 F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added to Section III — Limits Of Insurance: Additional Insured — Automatic — Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW (02/19) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 4 Other Insurance Amendment — Primary And Non- Contributory Policy No. I Eff. Date of Pol. GLO 3088495 - 00 4/16/2025 Exp. Date of Pol. Eff. Date of End. Producer No. Add'I Prem 4/16/2026 4/16/2025 48719000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Venus Construction Company Address (including ZIP Code): 1426 S. Main Mansfield, TX 76063 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Return Prem. 1. The following paragraph is added to the Other Insurance Condition of Section IV — CommerCial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suiY'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. � 0 ZURICH U-GL-1327-B CW (04/13) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 POLICY NUMBER: GLO 3088495 - 00 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGAN IZATION. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 O Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: GLO 3088495 - 00 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated ConstruCtion ProjeCt(S): Any construction project except a construction project for which a consolidated (wrap-up) or similar insurance program has been provided. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I— Coverage A, and for all medical expenses caused by accidents under Section I— Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 O Insurance Services Office, Inc., 2008 Page 1 of2 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I— Coverage A, and for all medical expenses caused by accidents under Section I— Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. CG 25 03 05 09 O Insurance Services Office, Inc., 2008 Page 2 of 2 Coverage Extension Endorsement � 0 ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 3088496 - 00 Effective Date: 4/16/2025 This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accidenY', including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accidenY' arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment — Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in SeCtion II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply. U-CA-424-H CW (10/21) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 6 D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in B. ExClusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in B. Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the PhySiCal Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" that is a"private passenger type", light truck or medium truck is disabled. However, the labor must be performed at the place of disablement. As used in this provision, "private passenger type" means a private passenger or station wagon type "auto" and includes an "auto" of the pickup or van type if not used for business purposes. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the PhysiCal Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. is actually repaired rather than replaced, the deductible will be waived. You repaired rather than replaced. H. Hired Auto Physical Damage — Increased Loss of Use Expenses However, if glass can be repaired and have the option of having the glass The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; U-CA-424-H CW (10/21) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 6 (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.C. of SeCtion IV — PhysiCal Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: U-CA-424-H CW (10/21) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 6 If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Temporary Substitute Autos — Physical Damage 1. The following is added to SeCtion I— Covered AutOs: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. N. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accidenY', claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accidenY', claim, "suiY' or "loss". However, these duties only apply when the "accident", claim, "suiY' or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any agent, servant or employee of the "insured" to notify us of any "accidenY', claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accidenY' or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suiY' including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accidenY', claim, "suiY' or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. i�. YI��Y'W''kii" �'i � Y'��IY'.W:S'Y'��''i�''i r�IYICj. �'Y'�'� '���' r'��L�1'�''�Y"jl /°11'j. �lIIW"Y�'l' �YiY��.� �+l'J� u� �ri7e fu��c�wir°ig is adcied ta tr�ie � i��r�sY�r Uti° ni�r��ls lJir n��uv�ry Hgair�st Uir��ws �� us Cor�ditir�r�: U-CA-424-H CW (10/21) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 6 This Condition does not apply to the extent required of you by a written contract, executed prior to any "accidenY' or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. P. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". Q. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. R. Hired Auto — World Wide Coverage Paragraph 7.b.(5) of the PoliCy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere else in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, S. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of inental or emotional illness or disease. T. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. U. Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". U-CA-424-H CW (10/21) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 6 V. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. W. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-H CW (10/21) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 6 POLICY NUMBER: BAP 3088496-00 COMMERCIAL AUTO CA 20 01 11 20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the Policy effective on the inception date of the Policy unless another date is indicated below. Named Insured: Bell Concrete, Inc. Endorsement Effective Date: SCHEDULE Insurance Company: Zurich American Insurance Company Policy Number: BAP3088496-00 Effective Date: 4/16/2025 Expiration Date: 3/1/2026 Named Insured: Venus Construction Co., Inc. Address: 1426 S. Main Street Mansfield, TX 76063 Additional Insured (Lessor): ALL LESSORS Address: Designation Or Description Of "Leased Autos": ALL "LEASED AUTOS" CA 20 01 11 20 O Insurance Services Office, Inc., 2019 Page 1 of 2 Coverages Covered Autos Liability Comprehensive Limit Of Insurance Or Deductible $1,000,000 Each "AccidenY' SEE ENDT Deductible For Each Covered "Leased Auto" Collision SEE ENDT Deductible For Each Covered "Leased Auto" Specified Causes Of Loss $ Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 1. Any "leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a"leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a"leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any "leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a "leased auto". 2. The insurance covers the interest of the lessor unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the Policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the Policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. Page 2 of 2 O Insurance Services Office, Inc., 2019 CA 20 01 11 20 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization: (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 0% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCL This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 4/16/2025 Policy No. WC 3088494-00 Endorsement No. Insured Venus Construction Co. Inc. Insurance Company Zurich American Insurance Company Countersigned by Premium WC 42 03 04 B O Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Pag@ 1 Of 1 (Ed. 06-14) POLICY NUMBER: EXC30085153400 PRIMARY NON-CONTRIBUTORY OTHER INSURANCE ENDORSEMENT THIS ENDORSEMENT CHANGES THIS POLICY� PLEASE READ IT CAREFULLY. The Other InsuranceCondition is deleted and replaced by the following: This Policy shall be primary to and non-contributory with any other insurance available to the Insured, other than any Underlying Policy/ies, with respect to a loss covered under this Policy. This endorsement does not change any other provision of the policy. Endurance American Insurance Company EXL 3038 0817 POLICY NUMBER: EXC30085153400 WAIVER OF SUBROGATION THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. We agree to waive our right of subrogation against any person or organization to whom or to which you are obligated, prior to any loss, by an "insured contract" to provide such a waiver, but only with respect to "your work", "your product" or facilities owned or used by you. This endorsement does not change any other provision of the policy. Endurance American Insurance Company Page 1 of 1 EXL 6092 0813 POLICY NUMBER: ICELLUW00158060 Bodily injury, property damage or environmental damage based upon or arising out of your product after you have relinquished possession of the same, except if installed as part of your work. 16. Asbestosand Lead Solely with respects to Coverage D: Time-Element Pollution Liability, environmental damage arising from asbestos, asbestos containing materials or lead-based paint in, on or applied to any building or other structure. a. This exclusion does not apply to clean-up costs for the remediation of soil, surface water or groundwater. b. This exclusion does not apply to clean-up costs to remediate asbestos, asbestos containing materials or lead-based paint within any structure that has been inadvertently displaced and such clean-up costs are the direct result of a pollution incident which first commences during the policy period and arises from explosion, fire, lightning, Flood or windstorm damage, provided that: (1) The insured discovers the pollution incident within ten (10) days of first commencement of the pollution incident; (2) The pollution incident is reported to us in writing within thirty (30) days of first commencement of the pollution incident; and (3) Subject to Section III. LIMITS OF INSURANCE AND DEDUCTIBLE, Paragraphs 1. through 9., the most we will pay for clean-up costs, regardless of the number of insureds, covered properties, pollution incidents, claims or claimants, pursuant to the exception contained in this Paragraph shall not exceed $100,000. SECTION II - WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your executive officers and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Each of the ronowing is aiso an insured: a. Your volunteer workers only while performing duties related to the conduct of your business, or your employees, other than either your executive officers (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these employees or volunteer workers are insureds for: (1) Bodily injury: (a) To you, to your partners or members (if you are a partnership or joint venture) or to your members (if you are a limited liability company); or (b) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (1) (a) above. (2) Property damage or environmental damage to property owned, occupied or used by rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your IE.COV.CELL.001 (07/18) Includes copyrighted material of Insurance Services Offices, Inc. with its permission. Page 9 of 21 POLICY NUMBER: ICELLUW00158060 employees, volunteer workers, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person or organization having proper temporary custody of your property if you die, but only with respect to liability arising out of the maintenance or use of that property and until your legal representative has been appointed. c. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this policy. a. Hny person or organization you agree to incivae as an msured in a wntten contract, wrrt+ten agreemenit or permit, out onry witn respect to boany in�ury, proper1ty aamage or env �.� � Y.�I damage arising out or your worK. e. Any person or organization that has at least a 50% controlling interest in you but only with respect to bodily injury, property damage or environmental damage arising out of their financial control of you. f. A joint venture to which you are a party, but only to the extent of your participation in such joint venture. SECTION III - LIMITS OF INSURANCE AND DEDUCTIBLE 1. The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or suits brought; c. Persons or organizations making claims or bringing suits; d. Pollution incidents; e. Image restoration events; f. Disinfection events; or g. Pre-claim events. 2. The Policy Aggregate Limit is the most we will pay for the sum of all damages, emergency response expenses, image restoration expenses, disinfection event expenses and pre-claim event expenses under Coverages A through G inclusive. 3. Subject to Paragraph 2. above, the Each Occurrence Limit is the most we will pay for the sum of all damages, emergency response expenses, image restoration expenses, disinfection event expenses and pre-claim event expenses under Coverages A through G inclusive arising out of any one occurrence. 4. The limit of insurance applies in excess of the deductible amount shown in the Declarations. The deductible amount applies to the sum of all damages, emergency response expenses and legal and claims expense payments because of bodily injury, property damage and environmental damage arising out of any one occurrence. We may pay any part or the entire deductible amount to effect settlement of any claim or suit or to pay clean-up costs or emergency response expenses which may be covered under this policy and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. The Image Restoration Expense Aggregate Limit is the most we will pay for the sum of all image restoration expenses. Subject to the Image Restoration Expenses Aggregate Limit, the Image Restoration Expenses Each Occurrence Limit is the most we will pay for all image restoration expenses arising out of the same, related or continuous image restoration event. The Image Restoration Expenses Each Occurrence Limit applies in excess of the deductible amount shown in the Declarations. 6. The Disinfection Event Expenses Aggregate Limit is the most we will pay for the sum of all disinfection event expenses. Subject to the Disinfection Event Expenses Aggregate Limit, the Disinfection Event Expenses Each Occurrence Limit is the most we will pay for disinfection event expenses arising out of the same, related or continuous disinfection event. IE.COV.CELL.001 (07/18) Includes copyrighted material of Insurance Services Offices, Inc. with its permission. Page 10 of 21 POLICY NUMBER: ICELLUW00158060 (2) Comply with laws, regulations, codes or standards. This applies not only to us, but also to any rating, advisory, rate service or similar organization which makes insurance inspections, surveys, reports or recommendations. 14. Legal Action Against Us No person or organization has a right under this policy: a. To join us as a party or otherwise bring us into a suit asking for damages from an insured; or b. To sue us on this policy unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this policy or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. 15. Multiple Coverage Sections No claim, or part thereof, for which we have accepted coverage or coverage has been held to apply under one or more Coverages in this policy shall be covered under any other Coverages in this policy. 16. Otherinsurance If other valid and collectible insurance is available to the insured for a loss we cover under this policy, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when paragraph b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other insurance by the method described in paragraph c. below. However, regardless of whether b. below applies, in the event that a written contract or agreement or permit requires this insurance to be primary for any person or organization you agreed to insure and such person or organization is an insured under this policy, we will not seek contributions from any such other insurance issued to such person or organization. b. Excesslnsurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis, that is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for your work; (b) Any other insurance, whether primary, excess, contingent or on any other basis, available to you covering liability for damages arising out of your work, for which you have been added as an additional insured; (c) Any project specific insurance, whether primary, excess, contingent or on any other basis, available to you covering liability for damages arising out of your work at a specified job site; or (d) Any other insurance, whether primary, excess, contingent or on any other basis, that covers loss arising in whole or part from mold matter, legionella pneumophila or a disinfection event. (2) When this insurance is excess, we will have no duty to defend the insured against any suit if any other insurer has a duty to defend the insured against that suit. If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. (3) When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance; (b) The total of all deductible and self-insured amounts under all that other insurance; and (c) The deductible and self-insured amounts under this insurance. IE.COV.CELL.001 (07/18) Includes copyrighted material of Insurance Services Offices, Inc. with its permission. Page 14 of 21 POLICY NUMBER: ICELLUW00158060 (4) We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the limits of insurance shown in the Declarations of this policy. c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts, excess of applicable deductible and self-insured amounts under all such insurance, until it has paid its applicable limit of insurance or none of the loss remains, whichever comes fi rst. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 17. Premiums and Deductible The first Named Insured shown in the Declarations: a. Is responsible for the payment of all premiums; b. Will be the payee for any return premiums we pay; and c. Is responsible for the payment of all deductibles. 18. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. 19. Separation Of Insureds Except with respect to the limits of insurance and any rights or duties specifically assigned in this policy to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or suit is brought. 20. Service of Suit Subject to SECTION IV — CONDITIONS, Condition 5. Choice of Forum above, it is agreed that in the event of failure of us to pay any amount claimed to be due hereunder, we, at the request of the insured, will submit to the jurisdiction of a court of competent jurisdiction within the United States. Nothing in this condition constitutes or should be understood to constitute a waiver of our rights to commence an action in any court of competent jurisdiction in the United States, to remove an action to a United States District Court, or to seek a transfer of a case to another court as permitted by the laws of the United States or of any state in the United States. It is further agreed that service of process in such suit may be made upon us and that in any suit instituted against us upon this contract, we will abide by the final decision of such court or of any appellate court in the event of any appeal. Further, pursuant to any statute of any state, territory, or district of the United States which makes provision therefore, we hereby designate the Superintendent, Commissioner, Director of Insurance, or other officer specified for that purpose in the statute, or his or her successor or successors in office as its true and lawful attorney upon whom may be served any lawful process in any action, suit or proceeding instituted by or on behalf of the insured or any beneficiary hereunder arising out of this contract of insurance, and hereby designates the above named counsel as the person to whom the said officer is authorized to mail such process or a true copy thereof. 21. Transfer Of Rights Of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this policy, those rights are IE.COV.CELL.001 (07/18) Includes copyrighted material of Insurance Services Offices, Inc. with its permission. Page 15 of 21 POLICY NUMBER: ICELLUW00158060 transferred to us. At our request, the insured will bring suit or transfer those rights to us and help us enforce them. However, if the insured has waived rights of recovery against any person or organization prior to a loss, we waive any right of recovery we may have under this policy against such person or organization. 22. Transfer of Your Rights and Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named insured. If you die, your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. 23. When We Do Not Renew If we decide not to renew, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than ninety (90) days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V - DEFINITIONS 1. Bodily injury means physical injury, sickness, disease, building-related illness, mental anguish, shock or emotional distress sustained by any person, including death resulting therefrom. Bodily injury shall also include medical monitoring costs. 2. Claim means a demand, notice or assertion of a legal right alleging liability or responsibility on the part of the insured. 3. Clean-up costs means reasonable and necessary costs, charges and expenses incurred to investigate, remove, dispose of, contain, treat, neutralize, monitor or test soil, surface water, groundwater or other contaminated media but only: a. To the extent required by environmental laws governing the liability or responsibilities of the insured to respond to a pollution incident; b. In the absence of an applicable environmental law, to the extent recommended in writing by an environmental professional; c. To the extent incurred by the government or any political subdivision within Definition 5.a. Coverage territory; or d. To the extent incurred by parties other than you. Clean-up costs also includes restoration costs. Clean-up costs does not include costs, charges or expenses incurred by the insured for materials supplied or services performed by the insured. 4. Conveyance means any auto, railcar, rolling stock, train, watercraft or aircraft. Conveyance does not include pipelines. 5. Coverage territory means: a. The United States of America (including its territories and possessions), Puerto Rico, Canada and The Gulf of Mexico; b. International waters or airspace, but only if the injury or damage occurs in the course of travel or transportation between any places included in Paragraph a. above. 6. Covered property means those locations specifically scheduled in Item 9. of the Declarations, or any other location specifically endorsed to the policy as a covered property. 7. Disinfection event means any case or series of cases of communicable virus, bacteria or disease that requires reporting of such case or series of cases to any local, state or federal governmental or public health agency or entity. Disinfection event does not include pollution incidents. 8. Disinfection expenses means reasonable fees and costs incurred by the insured to clean and disinfect a location after any disinfection event. IE.COV.CELL.001 (07/18) Includes copyrighted material of Insurance Services Offices, Inc. with its permission. Page 16 of 21 (00 62 19 M�intenance [3and DAP).doc - I MAINTGNANCG QOND Page 1 of 3 1 ? 3 4 5 6 7 8 9 t0 S�CTION 00 62 19 MAINTENANCE BOND Bond Nuinber: 46BCSJJ5705 THE STATE OF TEXAS COUNTY OF TARRANT . KNOW ALL BY THES� PRES�NTS: That we VENUS CONSTRUCTION COMPANY, known as'`Principal" herein and Hartford Fire Insurance Companv , a co�porate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 1] or more), are held and firmly bound unto the Developer, HPIMF BONDS LAND MF 1 DFW005 12 LP, a Texas ]imited partnersliip, authorized to do business in Texas ("Developer") and the City of 13 Fort Worth, a Texas municipal corporation ("City"), in the sum of One Million Two Hundred 14 Thousand and 00/]00 Dollars ($1,200,000.00), lawful money ofthe United States, to be paid in 15 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly 16 unto the Developer and the City as dual obligees and their successors, we bind oiu�selves, our 17 18 19 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 20 WHEREAS, Developer and City have entered into an Agreement foi• the construction of 21 community facilities in the City of Fort WOI"tIl Uy and through a Comm�u�ity Facilities 22 Agreement, CFA Number 24-0122; and 23 WHEREAS, the Principa] has entered into a certain written contract with Blackland 24 Partners, LLC (the Developer's general contractoc) awarded the 9th day October, 2025, which 25 Contract is hereby referced to and a made part hereof for all purposes as if fully set forth herein, 26 to furnish all materials, equipment labor and other accessories as defined Uy law, in the 27 prosecution of the Work, including any Work resulting from a duly authorized Change Order 28 (collectively herein, the "Work") as provided for in said Contract and designated as I3onds Ranch 29 Multifa���zily Wate�• & Serne� ; and 30 31 32 33 34 WHEREAS, Principal Uinds itself to use such materials and to so construct the Worl< in accordance with the plans, specifications and Contract Documents that the Work is and will remain fi�ee fi�om defects in materials oi• workmanship for and dw�ing tlle period of two (2) years after the date of �inal Acceptance of the Work by the City ("Maintenance Period"); and CITY OP FORT WORTI I STANDARD CITY CONDITIONS — DCVL'LOPL'R AWARDGD PRO.IGCTS Revised January 31, 2012 [3onds Rrn�ch Alul�ifnmilp H�nler c� Seiver lO.iO-J9 (00 62 19 Maintenance Bond DAP).doc - 2 MAWTGNANCC [30Nll Pa�e Z of 3 1 ? 3 4 5 6 7 8 9 ]0 il 12 13 14 15 16 17 18 19 20 21 �� ?; 24 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 t11is obligation is s�ich that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfacto�y to the City, then tllis obligation shall become null aild 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 wit11 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, ven�ie shall lie in Tarrant County, Texas oi- the United States Dish�ict Court foi• the Northern Distc�ict 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 PORT WORTII STANDARD CITY CONDITIONS — DEVGLOPGR AWARDGD PROJCC"fS Revised January 31, 2012 Bonds Runch rvhdiifbnrilp IVnler ce- Seirer lOSOa9 (00 62 19 Maintenance I3ond UAP).doc - 3 MAINTGNANCf [30ND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the S�n�ety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the l lth day of December 3 . 20 25. 4 5 6 7 8 9 10 11 AT I� � , 14 (Principal) Secretary 15 16 17 19 1�s��1!�. ��`''" � 20 Witness as to Principal 21 ?? ?; 24 25 ?(� ?7 ?g 29 ATTEST: 30 ` 3t " 32 (Surety) Secretary lissa itts 33 `� Q � �� 34 �f' 35 Witness as to urety Lloyd Kay Pitts Jr 36 PRINCIPAL: VENUS CONSTRUCTION COMPANY BY: `�`7 �`�I � `! `� � Signature ��sl., �l'�� ��1 Name and Title Address: 1426 S Main Mansfield, TX 76063 SURETY: Hartford Pire Insurance Company BY: .� '�f "=_ ture 6� Jor an Pitts, At[ornFy-ii.-Facl Name and Title Address: 1206 Apollo Rca�s #S5�1367 Richardson, TX 750�5 Telephone Number: 469-661-0314 37 *Note: If signed by an officer of the S�u�ety Company, there must be on file a certified e�ctract 38 fi�om the by-laws showing that this person has autl�ority to sign s�icl� obligation. If 39 Surety's physical address is different fi•om its mailing address, both must be provided. 40 41 The date of the Uond shall not be prior to the date the Contract is awarded. 42 CITY OC I�OR'I' WORTH 6onds Ranch hlidlfamil�� Li�nler & Seirer STANDARD CITY COND[TIONS — DCVCLOPGR AWARDGD PROJGCTS 10�0-19 Revised .lanuary 31, 2012 Direct Inquiries, Bond Authenficity and Claims to: P O WER OF ATTORNEY �H HaN o a PORD Hartford, Connecticut 06155 Bond.Claims(�thehartford.com call. 888-2663488 orfax: 860-757-5835 KNOW ALL PERSONS 8Y THESE PRESENTS THAT: Agency Name: PITTs FEtvtvELL & ASSOCIATES LLc AqencV Code: 96-508944 � Hartford Fire InsuranCe Company, a corporation duly or�anized under tlie law�s ofthe State ofConnecticut � Hartford Casualty Insurance Company, a corpor�tion duly oroanized under the l�ws of[he Stale oP Indiana � Hartford Accident and Indemnity Company, a corporation duly oreanized under the laws ofthe State of Connecticut ❑ Hartford InsuranCe Company of the Midwest, a corporation duly or�anized under the fa���s of the State of Indiana having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited: Lloyd R. Pitts, Jordan A. Pitts of RICHARDSON, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these �resenls to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pui-suant io F�esciution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any me�har�i;,3ily apF,lieJ signatures applied to this Power of Attorney. „RE��, ,,,,, „�,�Y�I�� �, ..-''Oi�. N'SU�.� � �gJP`S. . HSU9,Y ,� ,=4`r'••. ± e', y " c� O;' : 2�1 ;¢ .: a�OfIPOH.lIFO .,C _ �. :o_ :x:r =o: —�— : Z'• �' .;.o ? :rG'.. �uou.ua :`a�; . . �Gy'•�..........:' �F�' � � y�0 •......••;e� . fl�OPAN40 . i �'. c���� �� •�' �,�,�`1 _/ � Phyllis A. Clark, Assistant Secretary ,:�� `` Qpa�f COF1p� a��' .'�I � ��'� ` u�J: . '��� ��_•. _ r ��conranarfo�:?,� - ���� =��:.� * ;�_ � � = 6 • +`»'� ::5�: �- %°3� .. . . �Fn� i�+lll'DipNRM ` STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMIfVOLE �- ���C/—� rr7—`,c.w� Joelle L. LaPierre, Assistant Vice President On this 1st day of March, 2024, before me personally came Joelle L. LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florid� that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. : .: � . � :,{ `. _ / "! GUZC��� uU!/�� � y^��� ' Nlariluz Arcc ..���,D, . . . , � Vfy Comm�sswn HH 2873G3 Cxpires July I �. 202G I, the undersigned, Assistant Vice Presidentof the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Pou��er af AtiorneV executed by said Companies, which is still in full force effective as of December 11th, 2025 SignFd and sealed in Lake Mary, Florida. ,.•Q�„E�I,.,,,..,, �,��������,�,,,, �. ���,,, ,.�"�Ecnti�a� �1R N,pG.,,, `�SJP�TY,�NgU99, .,.,•.:�y�r `@p�� �oi,' ,O '• � 9 ; C>p G6{lPOki7 yC ir �jy, G6APOA41 S� �L. �• y ¢ �� Ep •:� ' ; 0 fp _ �~'� f [m a a= � n 's. 't - :¢: � . _ . -�. -- -6�' �'�= =r �r�uvaia .ac � ��� - _"., I979 ' S '.S• O: ;db:, ..'aa; � � :66,y, ,:o,�^: o, ., H''........ *��.......,��* `�. ,,,p�a•.......,e�, 'sFnt //�'OiAHP .� fl%oPAtE��.� r*ii� i i t�1�``, / �, // % I , ��.�;/�1 �'"/�� ;r'�== � � � <, Keith D. Dozois, Assistant Vice President Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. The Hartford To get information or file a complaint with your insurance company or HMO: Cal�: Consumer Affairs at 1-800- 451-6944 To I I-f ree: 1-800-451-6944 Email: bond.claims@thehartford.com Mail: The Hartford Financial Services One Hartford Plaza, T-14 Hartford, CT 06155 Attn: Bond Claims Department The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Cail with a question: 1-800-252-3439 Email: ConsumerProtection@tdi.texas.gov File a complaint: www.tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 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 of35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 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) � 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 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105049 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105049 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105049 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 SECTION O1 25 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVEL,OPER AWARDED PROJECTS Bonds Ranch Multifamily Revised August 30, 2013 CPN 105049 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance ofproposed 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) Productexperience 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 Ciry 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rej ected ii a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Wark to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFTCATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Bonds Ranch Multifamily Revised August 30, 2013 CPN 105049 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and speciiied 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 Not recommended By Date Remarks Date Rej ected Recommended Received late CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING Page 1 of 3 SECTION O1 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held priar to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related 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. Wark associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by Ciry for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 013119-2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives £ 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 jj. Questions or Comments CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION O1 32 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification L Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECiFiCATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 013300-1 DAP SUBMITTALS Page 1 of 8 SECTION O1 33 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the 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 f j 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 O13300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the wark of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific 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: i 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 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 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. 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 Ol 33 00 - 3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identifcation of the product, with the Speciiication Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Wark or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Wark 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 Ol 33 00 - 4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Wark 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 coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated ar installed prior to the approval or qualified approval of such item. L Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 O13300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 O13300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the iinal product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the 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. d. 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 Ciry 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 Ciry 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 Ciry'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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 Ol 33 00 - 7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups L Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Wark to be used on the Project. Remove at the completion of the Wark or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 12/20/2012 D. Johnson SUMMARY OF CHANGE 1.4.K8. Warking Days modified to Calendar Days CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August 30, 2013 013513-1 DAP SPGCIAL PROJ[iCT PROCEDURES Page 1 of 7 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 35 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 L The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 £ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August, 30, 2013 013513-2 DAP SPGCIAL PROJ[iCT 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 shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 2 3 � 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 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 Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August, 30, 2013 013513-3 DAP SPGCIAL PROJ[iCT PROCEDURES Page 3 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 46 47 48 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: 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 f) 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 interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August, 30, 2013 013513-4 DAP SPGCIAL PROJ[iCT 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 foreman 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. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August, 30, 2013 013513-5 DAP SPGCIAL PROJ[iCT 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 Safery, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August, 30, 2013 013513-6 DAP SPGCIAL PROJ[iCT PROCEDURES Page 6 of 7 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 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: I 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised August, 30, 2013 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 � 2 EXHIBIT B FORT WORTH �: aoE xo. xxxx Project natne: I�IOTICE 4F TEMPORARY WATER S�RVICE iI�ITERRiIPTiOri DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN TFIE HOURS OF AND , IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Bonds Ranch Multifamily Revised August, 30, 2013 CPN 105049 O1 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION O1 45 23 TESTING AND 1NSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: L Testing and inspection services procedures and coordination 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 Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised March 20, 2020 O1 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection ar lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the Cit}�'s document management system. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised March 20, 2020 oi so 00 - i DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Speciiication 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 Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised JULY 1, 20ll oi s000-z DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power seroice or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance 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 Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised JULY 1, 20ll 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 L Contractor is responsible for maintaining dust control through the duration of the proj ect. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Wark from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised JULY 1, 20ll 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised JULY 1, 20ll 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related 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 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised July 1, 20ll 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Priar to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 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 L If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised July 1, 20ll 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised July 1, 20ll 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised July 1, 20ll o i 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 SECTION O1 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: https://apqs.fortworthtexas.�ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on Ciry's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised March 20, 2020 o i 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 10/12/12 4/7/2014 03/20/2020 SUMMARY OF CHANGE D. Johnson Modified Location of City's Standard Product List M.Domenech Revised far DAP application 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised March 20, 2020 oi 66 00 - i DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 oi6600-z DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Wark or existing facilities and to maintain free access at all times to all parts of Wark and to utility service company installations in vicinity of Wark. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site priar to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 oi �o 00 - i DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION O1 70 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 Contractar'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. 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 oi �000-z DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings ar other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of wark for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations far 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" wi11 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. 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVEL,OPER AWARDED PROJECTS Bonds Ranch Multifamily Revised Apri17, 2014 CPN 105049 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 4/7/2014 M.Domenech SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 O17123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION O1 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section Ol 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 O17123-2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking wi11 be performed by Blackland Partners, LLC. 2. Coordination a. Contact Provident General Contractors at least 2 weeks in advance for scheduling of Construction Staking. 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 furnished by Provident General Contractors. b. If in the opinion of Provident General Contractors, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay Provident General Contractars for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Proj ect. B. Construction Survey 1. Construction Survey will be performed by Blackland Partners, LLC. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with Provident General Contractors prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify Provident General Contractors if any control data needs to be restored or replaced due to damage caused during construction operations. 1) Provident General Contractors shall perform replacements and/or restorations. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with Provident General Contractors to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or �unction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 2501inear feet CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 O17123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 c. � (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (A11 sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) B1ow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 2501inear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top ofpipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 2501inear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to Provident General Contractors copies of field notes used to establish all lines and grades and allow Provident General Contractors to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for Provident General Contractors to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the 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 records to Provident General Contractors. 9) If the installation does not meet the specified tolerances, immediately notify Provident General Contractors and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 O17123-4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ou] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by Provident General Contractors in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the Provident General Contractors. 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 I I Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 017423-1 DAP CLEANING Page 1 of 4 SECTION O1 74 23 CLEANING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ou] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 Ol 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep 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. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. 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] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 Ol 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 oi �� i9 - i DAP CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION O1 77 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: L The procedure for closing out a contract 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 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 oi �� i9 - z DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 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 Ciry 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 Ciry, 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ 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 [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME 4/7/2014 M.Domenech SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION O1 78 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Trafiic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Speciiication 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 A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the proj ect site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by Ciry 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 or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 017823-2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 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 major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE 1NSTRUCTIONS". 2) List: a) Tit1e of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 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 3. 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. 4. 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, 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) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation far 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 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 for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. 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 Speciiications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 017823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 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 8/31/2012 D. Johnson 4/7/2014 M.Domenech SUMMARY OF CHANGE 1.S.A.1 — title of section removed Revised far DAP Application CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION O1 78 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. 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 Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 017839-2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Wark to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements L Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of a11 recorded data to the final Proj ect Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER-FURNISHED [oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 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] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 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 j ob set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 Preservation 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 wi11 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 work. 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 or areas affected. e. In the event of overlapping changes, use different colors far the overlapping changes. 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 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVEL,OPER AWARDED PROJECTS Bonds Ranch Multifamily Revised Apri17, 2014 CPN 105049 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 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, wi11 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 [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJ[JSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME 4/7/2014 M.Domenech SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Bonds Ranch Multifamily STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105049 Revised Apri17, 2014 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 �nt�rt�k � �� GEOTECHNICAL ENGINEERING SERVICES REPORT For the proposed BONDSMFI-DFW-005 Multifamily SE Corner of Bonds Ranch Road and Blue Mound Road Fort Worth, Texas Prepared for HPIMF Bonds Land DFW002, LLC 3700 North Capital of Texas Highway, Suite 420 Austin, Texas 78746 Prepared by Professional Service Industries, Inc. 310 Regal Row, Suite 500 Dallas, Texas 75247 Telephone (214) 330-9211 PSI Project No. 03422544 March 30, 2023 �ntc�rt�k � ...� � March 29, 2023 HPiIU�F Bonds Land t�FWQ02, LLC 370(3 IVar�h Capital ofi iexas Highway, Suite 420 Austin, Texas 78746 Attn: Mr. Tim Shaughnessy P: (512) 538-1034 E: Tim@hpitx.com Re: Geotechnical Engineering Services Report BONDSMFI-DFW-005 SE Gamer of Bonds Ranch Road and Blue Mound Raad Fort Worth, Texas PSI Project No.: 03422544 Dear Mr. Shaughnessy: Professional Service Industries, Inc. (PSI) is pleased to provide this Geotechnical Engineering Services Report for the proposed BONDSMFI-DFW-005 to be located at the southeast corner of Bonds Ranch Road and Blue Mound Road in Fort Worth, Texas. This report includes the results of field and limited laboratory testing, and recornmenda�ions for building foundatians and associated parking and drive areas, as well as general site development. PSI appreciates the opportunity to perfarm this geotechnieal study and looks forward to cantinued participation during the design and constructipn phases of this project. If you have any questions pertaining ta this report, or if PSI may be of further service, please contact our office at 214-330-9211. PSI also has great interest in providing materials testing and inspection services during the construction of this project. if you will advise us of the appropriate time to discuss these �ngineering services, we will be pleased to meet with you at your convenience. Respectfully submitted, PROFES510NAL SERVICE INDUSTRI�S, INC. (Registered Engineering Firm Certification: F-3307j t���c��rUr �Jr.r.11�: Houtan Khabazi Project Engineer ,3� , �.�`� Richard Christensen, R.� Department Manager �,'°e'0.�1.\ e ��������P����� 7 � • $� r�g�y. ,r����� f', � ��.. ��� ¢ ¢�, �r�,s�A'..�'��.�e �{..11�•�"�' �¢r"'"... � • y. 0. � r � : ,""'•�« ���"!t/ �,% �.����� o : ���,� •,. _ ��'�� �' �°��N��t'� , ��'�?` . F�l j���'�q� �t�c��� �� t � � "��,l,�. �-,-,: -'' � Nabil Mikhail, P.E, DG. E Chief Engineer u�t�rt�k TABLE OF CONTENTS Page No. 1.0 PROJECT INFORMATION ..........................................................................................................1 1.1 Project Authorization .........................................................................................................1 1.2 Project Description ............................................................................................................1 1.3 Purpose and Scope of Services ..........................................................................................2 2.0 SITE AND SUBSURFACE CONDITIONS .......................................................................................3 2.1 Site Location and Description ............................................................................................3 2.2 Field Exploration ................................................................................................................ 3 2.3 Laboratory Testing ............................................................................................................. 5 2.4 Site Geology .... ................................................................................................................... 6 2.5 Subsurface Conditions ....................................................................................................... 6 2.6 Groundwater Information ..................................................................................................7 3.0 EVALUATION AND RECOMMENDATIONS .................................................................................8 3.1 Soil Shrink-Swell Potential ..................................................................................................8 3.2 Geotechnical Discussion ....................................................................................................8 3.3 Site Preparation and Fill Materials .....................................................................................9 3.4 Foundation Recommendations ........................................................................................12 3.5 Seismic Design .................................................................................................................13 3.6 Lateral Earth Pressures for Retaining Walls .....................................................................14 4.0 PAVEMENT RECOMMENDATIONS .........................................................................................16 4.1 Subgrade Soil Preparation ................................................................................................16 4.2 Pavement Section ............................................................................................................16 5.0 CONSTRUCTION CONSIDERATIONS .......................................................................................19 5.1 Secondary Design Considerations ....................................................................................19 5.2 Construction Materials Testing ........................................................................................20 5.3 Moisture Sensitive Soils/Weather Related Concerns .......................................................20 5.4 Drainage and Groundwater Concerns ..............................................................................20 5.5 Excavations .......................................................................................................................20 6.0 REPORT LIMITATIONS ........................................................................................................... 22 I_1»�►1�7E1 Site Vicinity Map (Figure 1) Aerial Plan with Boring Location (Figure 2) Boring Location Plan (Figure 3) Boring Logs Key to Terms and Symbols Used on Logs � � 1.1 Proiect Authorization Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 1 1.0 PROJECT INFORMATION Professional Service Industries, Inc. (PSI) has completed the geotechnical exploration forthe BONDSMFI-DFW- 005 Multifamily to be located at the southeast corner of Bonds Ranch Road and Blue Mound Road in Fort Worth, Texas. This geotechnical engineering study was authorized by Mr. Tim Shaughnessy with HPIMF Bonds Land DFW002, LLC by signing PSI's Proposal Acceptance. The scope of the study was performed in general accordance with PSI Proposal No. 0342-390620 dated January 12, 2023. 1.2 Prolect Description Project information was provided to PSI by Mr. Tim Shaughnessy with HPIMF Bonds Land DFW002, LLC. The information provided included the project site location and a site plan. Based on the information provided, it is understood that the proposed development consists of the following: Thirteen, 3-story Apartment Buildings with a footprint of about 10,000 to 15,000 square feet; Leasing Office with a footprint of about 5,000 square feet; and Parking and access drives. Structural loading information was not available at the time of this report. However, based on experience with similar structures, the anticipated loads are detailed below. • Column loads for multifamily building will be 150 kips or less; • Wall loads less than 3 kips per linear foot; and • Slab loads not exceeding 150 pounds per square foot for multifamily building. For the proposed pavement, PSI anticipates that traffic loads will be produced primarily by passenger vehicles, light pickup trucks, occasional delivery semi-trucks, and occasional garbage trucks. Both asphalt and concrete pavements will be considered for this project. Based on the information provided it appears that the site is currently undeveloped land. Currently, the site consists offarmland areas. Based on the provided preliminary elevation information "PRELIM GRADING PLAN" dated January 2023 provided by Pacheco Koch, the site appears to have 10 feet of elevation difference from west (745) to east (735). High voltage power lines are located on the north side of the project site. Site grading information was provided at the time of this report. It is anticipated that the finished grades within the proposed building areas will be within 2 feet of existing grade. The geotechnical recommendations presented in this report are based on the available project information, site location, laboratory testing, and the subsurface materials described in this report. If any of the noted information is incorrect, please inform PSI in writing so that we may amend the recommendations presented in this report if appropriate and if desired by the client. PSI will not be responsible for the implementation of its recommendations when it is not notified of changes in the project. www.intertek.com/building � 1.3 Purpose and Scope of Services Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 2 The purpose of this study was to explore the subsurface conditions at the site and to provide geotechnical evaluation and recommendations for the proposed construction. The scope of work for this project included drilling 31 borings extending to a depth of approximately 6 to 25 feet below the existing grade. The scope also included performing laboratory testing and preparing this geotechnical report containing geotechnical recommendations. This report briefly outlines the testing procedures, presents available project information, describes the site and subsurface conditions, and presents recommendations regarding the following: • Site preparation recommendations; • Estimated potential soil movements associated with shrinking and swelling soils; • Foundation types, depths, allowable bearing capacities, and an estimate of potential movements for the multifamily buildings; • General pavement section design criteria and pavement subgrade preparation; • Definition of the seismic site class using the International Building Code; and • Comments regarding factors that may impact construction and performance of the proposed construction. The scope of services did not include an environmental assessment for determining the presence or absence of wetlands, or hazardous ortoxic materials in the soil, bedrock, surface water, groundwater, or air on or below, or around this site. Any statements in this report or on the boring logs regarding odors, colors, and unusual or suspicious items or conditions are strictly for informational purposes. Our scope did not include performing environmental drilling or testing of soil or groundwater samples. A geologic fault study to evaluate the possibility of surface faulting at this site was beyond the scope of this investigation. Should you desire a detailed fault study, please contact us. www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 3 2.0 SITE AND SUBSURFACE CONDITIONS 2.1 Site Location and Description The project site is located at Southeast Corner of Bonds Ranch Road and Blue Mound Road in Fort Worth, Texas. Based on visual observations at the time of drilling the site consisted of farmland cover. The truck mounted drill rig experienced no issues accessing and drilling the exploratory borings. 2.2 Field Exploration Subsurface conditions at the site were explored by drilling 31 borings at the approximate locations shown on the Boring Location Plan included in the Appendix. The borings were located in the field by PSI personnel using GPS coordinates obtained from Google Earth. The boring location information is included in Table 2.1. Table 2.1: Boring Location Information Boring goring Location Depth GPS Coordinates Number (feet) Latitude Longitude B-101 B-102 B-103 B-104 B-105 B-106 B-107 B-108 B-109 B-110 B-111 B-112 B-113 B-114 B-115 B-116 B-117 Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building Multifamily Building 25 20 25 20 25 20 20 25 25 20 25 20 20 25 25 20 25 32.92144 -97.34645 32.92121 -97.34657 32.92110 -97.34598 32.92083 -97.34592 32.92065 -97.34613 32.92046 -97.34638 32.92080 -97.34662 32.92121 -97.34682 32.92077 -97.34715 32.92081 -97.34751 32.92038 -97.34667 32.92009 -97.34657 32.92027 -97.34714 32.91973 -97.34716 32.91931 -97.34669 32.91931 -97.34716 32.92036 -97.34741 www.intertek.com/building � Boring Number Boring Location B-118 Multifamily Building B-119 Multifamily Building B-120 Multifamily Building B-121 Multifamily Building B-122 Multifamily Building B-123 Multifamily Building B-124 Multifamily Building B-125 Multifamily Building B-126 Multifamily Building B-127 Lease Office Building B-128 Drive Lanes B-129 Drive Lanes B-130 Drive Lanes B-131 Drive Lanes Note: GPS coordinates are based on hand-held GPS unit. Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 4 Depth (feet) 20 25 25 20 25 20 25 20 25 20 6 6 6 6 GPS Coordinates Latitude Longitude 32.92030 -97.34796 32.92006 -97.34787 32.91971 -97.34797 32.91974 -97.34748 32.91932 -97.34753 32.91929 -97.34798 32.91952 -97.34846 32.91984 -97.34833 32.92015 -97.34845 32.92050 -97.34835 32.92176 -97.34631 32.92067 -97.34808 32.92113 -97.34717 32.91976 -97.34676 Elevations of the ground surface at the boring locations were not provided to PSI and should be determined by others prior to construction. Therefore, the references to depth of the various materials encountered are from the existing grade at the time of drilling. The borings were drilled and sampled in general accordance with ASTM standards. Drilling equipment utilized for this project included truck-mounted rotary drilling equipment with appropriate support vehicles. The borings were drilled using continuous flight auger drilling techniques. The borings were sampled continuously to the depth of 10 feet and at five-foot intervals thereafter. Soil formations were sampled using a three-inch outer-diameter seamless steel tube sampler. A hand penetrometer was used as an aid in evaluating the relative shear strength of the soils encountered during drilling. The hand penetrometer readings are shown on the boring logs at the corresponding sample depths. Rock formations were tested using Texas Cone Penetrometer (TEX-132-E). Groundwater level measurements were recorded at boring locations during the field operations and were noted on the boring logs. The borings were backfilled with soil cuttings after the drilling operations were completed. www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 5 The subsurface conditions during drilling were monitored, logged and visually classified in the field by a geotechnical technician. Field notes were maintained for soil types and description, water levels, changes in subsurface conditions, and drilling conditions. After completion of field activities, the samples were transported to the laboratory in general accordance with ASTM D 4220. The soil samples were sealed in plastic bags and placed in secured containers prior to being transported to the geotechnical laboratory. Boring logs, which include soil descriptions, water level information, laboratory test data, stratifications, classifications based on the ASTM D 2487 and D2488, and sample types and depths are included in the Appendix. A key to descriptive terms and symbols used on the boring logs is also presented in the Appendix. 2.3 Laboratory Testin� Laboratory testing of soils was performed in general accordance with applicable ASTM procedures. The laboratory testing program was established so that the engineering design parameters produced from the tests are appropriate for use in the engineering analyses and in support of the conclusions and recommendations. The geotechnical laboratory testing included the following tests: 1. Classification (ASTM D 2487 / 2488) 2. Moisture Content (ASTM D 2216) 3. Atterberg Limits (ASTM D 4318) 4. Percent Soil Particles Finer than No. 200 Sieve (ASTM D 1140) 5. Unconfined Compression Test (ASTM D 2166) 2.3.1 Sulfate Concentration Test Results Sulfate concentration tests have been done for BONDSBTR-DFW-006 Single Family Rentals and results of the laboratory sulfate ion concentration test (TEX-145-E) performed on soil samples obtained at select boring locations are presented in Table 2.2. PSI anticipates that it could be possibility of sulfate on the current project as well. Table 2.2: Sulfate lon Concentration Test Results Boring Number B-4 B-8 B-12 B-20 B-30 Soil Classification Fat Clay (CH) Fat Clay (CH) Fat Clay (CH) Fat Clay (CH) Fat Clay (CH) www.intertek.com/building Depth Sulfate Concentration (feet) (ppm) 9, 800 4 to 6 (�0.98% by weight) <100 2 to 4 (0.01% by weight) <100 0 to 2 (<0.01°/a by weight) <100 2 to 4 (�0.01% by weight) 15,800 4 to 6 (�1.58% by weight) � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 6 Table 2.3: Sulfate Exposure Ratin Water Soluble Sulfate in soil (Percent by weight) 0.00 to 0.10 0.10 to 0.20 0.20 to 2.00 Over 2.0 Sulfate Exposure Negligible or Class 0 Exposure Moderate or Class 1 Exposure Severe or Class 2 Exposure Very Severe or Class 3 Exposure The concentration of water-soluble sulfates is a good indicator of the potential for chemical attack on concrete. Based on the ACI Manual of Concrete Practice (ACI 201.2R-10) or (ACI 318/318R-33), the amount of water-soluble sulfate in soil can be used to determine the sulfate exposure as shown in Table 2.3. Based on the limited test results, the sample at B-4 at a depth of 4 to 6 feet and at B-30 at a depth of 4 to 6 feet is classified as Severe or Class 2 Exposure. The remaining samples classified as Negligible or Class 0 Exposure. It should be realized that limited testing alone might not provide a reliable indication of corrosion potential. In accordance with TxDOT publication, "Guidelines for Treatment of Sulfate-Rich Soils and Base in Pavement Structures", the sample at location B-4 and B-30 at a depth of 4 to 6 feet is classified as "Level 2" soils because they have a sulfate content more than 8,000 ppm. As such, lime treatment of pavement subgrade soils is not recommended. The samples not tested in the laboratory will be stored for a period of 60 days subsequent to submittal of this report and will be discarded after this period, unless other arrangements are made prior to the disposal period. 2.4 Site Geolo�li As shown on the Geologic Atlas of Texas, the site is located in an area where the Pawpaw Formations are present at or near the ground surface. The Pawpaw Formation, Weno Limestone, and Denton Clay, undivided. In the project area, the subsurface generally consists of fat clays overlaying by shale which is consistent with the Denton Clay geology. 2.5 Subsurface Conditions The subsurface conditions identified at the boring locations are shown on the boring logs included in Appendix of this report. A key to terms and symbols used on the logs is also included in Appendix. Based on the subsurface conditions identified by the exploratory borings and partial laboratory test results, the generalized subsurface profile at this site is presented in Table 2.2. Table 2.2: Generalized Subsurface Profile www.intertek.com/building � Stratum Depth Range (feet) I 0 to 19 I I 18 to 25 Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 7 Description Fat Clay (CH), hard, dark brown to brown, with calcareous deposits and limestone nodules Shale, soft to hard, gray The above subsurface description is of a generalized nature to highlight the major subsurface stratification features and material characteristics. The boring logs included in the Appendix should be reviewed for specific information at individual boring locations. These records include soil descriptions, stratification, locations of the samples, and laboratory test data. The stratification shown on the boring logs represent the conditions only at the actual boring locations. Variations may occur and should be expected across the site. The stratification represents the approximate boundary between subsurface materials and the actual transition may be gradual. Water level information obtained during field operations is also shown on the boring logs. 2.6 Groundwater Information The initial water levels were monitored in the open boreholes during drilling and attempts were made to measure final water levels. Groundwater was encountered only at B-112 at 2 feet depth during drilling, and all remaining boreholes were observed to be dry during and at completion of drilling. Groundwater levels fluctuate seasonally as a function of rainfall, proximity to creeks, rivers and lakes, the infiltration rate of the soil, seasonal and climatic variations and land usage. Water seepage will largely depend on the permeability of the near surface soils. If more detailed water level information is required, observation wells or piezometers could be installed at the site, and water levels could be monitored. The groundwater levels presented in this report are the levels that were observed at the time of the field activities. It is recommended that the contractor determine the actual groundwater levels at the site at the time of the construction activities to determine the impact, if any, on the construction procedures. www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 8 3.0 EVALUATION AND RECOMMENDATIONS 3.1 Soil Shrink-Swell Potential The results of laboratory plasticity tests indicate that very high plasticity clay soils are present at this site. The soils tend to swell when soil moisture increases and shrink when the soil moisture decreases. The amount of potential soil movement due to shrinking and swelling with soil moisture variations is represented or indicated by Potential Vertical Rise (PVR). In designing the soil-supported structures, the structural/civil engineer should take movements associated with shrinking-swelling soils into account. PVR estimates are based on an assumed depth known as the "Active Depth" to which the soil moisture variations could occur due to seasonal variations. It is noted that the active depth assumed herein may not represent the moisture variations that can occur to deeper depths due to the presence of large tree root systems that could desiccate the soils, or the presence of other heating units, or possible soil wetting due to pipe leaks, poor drainage, etc. It is very difficult to predict the moisture variations under the structure during its service life. Therefore, the PVR estimates provided herein should be considered approximate probable estimates based on industry standard practice and experience, and the movements predicted herein should not be construed as absolute values that could occur in the field. Using the Texas Department of Transportation (TXDOT) TEX-124-E method, the estimated PVR value is on the order of 3 to 4 inches. Poor drainage and water infiltration into the foundation soils can be detrimental to the ground supported structures. Excessive wetting of soil (due to accumulation of water), or, excessive drying (due to the presence large trees, etc.) could possibly result in greater PVR values than those estimated herein. It is recommended that the moisture-related problems be corrected immediately. It is important to help reduce the possibility of moisture changes byfollowing the precautions shown below: 1. Direct surface runoff away from structures by sloping the subgrade away from the floor slabs. 2. Extend paving or other impervious coverings, such as sidewalks, to the slab edge. 3. Extend roof drain downspouts so that the discharge is at least 5 feet from the slab. 4. Avoid placing trees or shrubs adjacent to slab. 5. Avoid excessive drying of soil around the slab. 3.2 Geotechnical Discussion Based on the subsurface conditions encountered at this site, the presence of very high plasticity clay soils will govern the design of the foundation and will impact the proposed earth work activities. PSI understands that monolithic, post tensioned slab on grade foundations are the preferred foundation for these multi- family rental buildings. A creek runs north to south across the site. Based on the plans provided and email correspondence with the civil team, we understand that the creek will be graded to a 4(H):1(V) slope and no longer than 10 feet, and that no foundations will be closer than 7.5 feet from the edge of the creek. A slope stability analysis was performed and a Factor of Safety greater than 2 was obtained. Results are shown in the Appendix. www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 9 The building may be supported on post tensioned slab on grade on properly prepared building pad and the risk associated with the shrinking and swelling movements are acceptable. Typically, it is the industry practice to consider one-inch soil movement as the tolerable level and building pad are prepared to reduce the movements to 1-inch. Even with soil movements on the order of 1-inch, the building may have performance issues and cause the doors to stick due to uneven moments and the interior dry walls to crack. For any ground supported structure or floor slabs, it will be necessary to perform modifications to the subgrade in order to provide uniform support. Detailed geotechnical recommendations are presented in the following sections. 3.3 Site Preparation and Fill Materials 3.3.1 General Site Preparation: The following site preparation applies to the proposed building and pavement construction areas. It is recommended that the topsoil, organic material, fill materials and other miscellaneous debris be removed from the construction areas. The removal depth or organic material is generally about 6 inches but should be verified in the field during construction. A PSI representative should determine the actual depth of removal at the time of construction. After stripping of deleterious materials, the site should be excavated to the desired grade. Desired grade will depend on building or parking lot finished elevation and the depth of any subgrade modifications as discussed below for building pad preparation. The exposed soil should then be proof-rolled to locate any soft or loose areas. Proof-rolling shall be performed in accordance with Item 216 of Texas Department of Transportation (TxDOT), Standard specification for construction of highways, streets and bridges (TxDOT Spec) or equivalent procedure. Soils that are observed to rut or deflect excessively under the moving load should be undercut and replaced with properly compacted fill materials. A PSI representative should witness the proof-rolling and undercutting activities. It is advisable to perform the earthwork activities during a period of dry weather. The proof rolled subgrade shall be scarified to a depth of 6-inches and compacted to the "on-site soils" compaction specifications as shown in Table 3.3. After the completion of proof-rolling and undercutting activities, necessary fill placement may commence. 3.3.2 Building Pad Preparation: A ground supported slab can be constructed provided the movements associated with shrinking and swelling soils are reduced to a tolerable level and the owner understands the risk associated with such movements. In order to reduce the soil movements, it has been the industry practice to provide an engineered soil layers belowthe ground supported slab system. As requested by the client, building pad preparation recommendations are included in this report for potential soil movements associated with shrinking and swelling soils up to 2-inches. Option 1: Select Fill In order to provide uniform support to the floor slab-on-grade and to reduce the potential movements associated with shrink/swell soils, the engineered soil layers to be placed below the floor slab are given in Table 3.1. www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 10 Table 3.1: Select Fill Recommendations PVR 1-inch 2-inch Material Type Select Fill Select Fill 0 C� Note(s): Finish Grade is anticipated to be at existing grade at +0 feet. Elevation (feet) +0 to -6 +0 to -4 The select fill should be placed within the plan area of the structure and to a distance of at least 5 feet beyond the perimeter of the structure and include building entrances and flatwork sensitive to movements. Plasticity and compaction requirements for the select fill are provided later in this section. Option 2: Moisture Conditioned Clay For this option, in order to reduce the PVR to tolerable levels and provide uniform support to the floor slab system and to reduce the potential movements associated with shrink/swell soils, the engineered soil layers to be placed below the floor slab are given in Table 3.2. Table 3.2: Moisture Condition C PVR 1-inch 2-inch Material Type Select Fill, Flexible Base Cap, or Lime Stabilized Clay Cap Moisture Conditioned Clay Select Fill, Flexible Base Cap, or Lime Stabilized Clay Cap Moisture Conditioned Clay lay Recommendations Layer Thickness (feet) 1 7 1 4 Note(s): Finished Grade is anticipated to be at existing grade at +0 feet. Elevation (feet) +0 to -1 -1 to -8 +0 to -1 -1 to -5 The moisture conditioned soil should be placed within the plan area of the structure and to a distance of at least five feet beyond the perimeter of the structure and include building entrances and flatwork sensitive to movements. Placement and compaction requirements are provided in Table 3.3 in this section. For this option, moisture levels must be maintained throughout the life of the project. It is noted that if the moisture conditioned clay dries there is possibilityfor shrinking movements to occur. Keeping the soils moist can be accomplished by the addition of landscape irrigation and construction of impermeable surfaces such as the floor and site paving to limit moisture loss. Larger vegetation should be placed at least the mature height of the vegetation away from the structure to limit the impact of the root system on the soils supporting the floor slab. Layer Thickness (feet) www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 11 3.3.3 Fill Materials: Fill materials should be free of organics, miscellaneous debris and a particle size of 3 inches or less. If water must be added, it should be uniformly applied and thoroughly mixed into the soil by disking or scarifying. Care should be taken to apply compaction throughout the fill areas. The moisture content and degree of compaction of the fill should be maintained until the construction of structures. Each lift of select fill should be tested by a representative of the geotechnical engineer prior to placement of subsequent lifts. The following types of fill can be used as recommended in this report. Common Fill: Common fill may consist of on-site or imported materials. Imported common fill should be cohesive soils with a plasticity index of less than 45, free of organics and miscellaneous debris and have a particle size of 3 inches or less. The first layer of common fill materials should be placed in a relatively uniform horizontal lift and be adequately keyed into the prepared subgrade soils. Common fill should be placed in maximum 8-inch loose lifts and compacted to the specifications as shown in Table 3.3. Moisture Conditioned Clay Fill: Moisture conditioned fill is on-site or imported cohesive soil (common fill) that is pre-swelled by mechanically mixing water during the compaction process which is also referred as Moisture Treated Subgrade (MTS). The first layer of moisture conditioned fill should be placed in a relatively uniform horizontal lift and be adequately keyed into the prepared subgrade soils. Moisture Conditioned Fill shall have a clay lump size of less than 2-inches. Moisture Conditioned Fill should be placed and compacted to the specifications as shown in as shown in Table 3.4. Select Fill: Select fill materials shall be sandy lean clay or lean clay (CL) soils free of organics and miscellaneous debris and have a liquid limit not greater than 35 and a plasticity index between 8 and 18. Clayey Sand soils that meet the above plasticity requirements and have a percent passing no. 200 greater than 40% may be reused as select fill. Select fill should be placed and compacted to the specifications as mentioned in Table 3.3. Flexible Base: Flexible base materials should meet TxDOT Item 247 Type A and D Grade 1 or 2. Recycled concrete can be used. Flexible base should be placed and compacted to the specifications as mentioned in Table 3.3. Lime Treated Soils: The lime treated soils are soils that are treated with 6 to 8% of lime expressed as percent of the dry weight of the soil to be treated. In order to determine the percentage of lime addition, lime series testing should be performed in accordance with ASTM D6276 or TxDOT test method TEX-121-E Part III (pH-Series). In addition, the soils should be checked for sulfates (TEX-145-E) prior to the use of lime. Lime treatment should be performed in accordance with the applicable provisions of Item 260 of the TxDOT Specification. Lime Treated soils can be used as Select Fill materials. Lime treated soil should be placed and compacted to the specifications as shown in Table 3.3. Table 3.3: Compaction Specifications Minimum Percent of Range of Compaction Fill Type Loose Lift Maximum Dry Moisture From ProctorTest Thickness Optimum Moisture Method Density (MDD) Content (OMC) Common Fill or On-site Soils � 8 inches � 95 or greater www.intertek.com/building 0% to +4% I ASTM D 698 � Moisture Conditioned Soils Select Fill Flexible Base Lime Treated Soils 8 inches 8 inches 8 inches 8 inches 3.4 Foundation Recommendations 93 or greater 95 or greater 95 or greater 95 or greater +3% orgreater 0% to +4% -2°/a to +2% +0% to +4% ASTM D 698 ASTM D 698 ASTM D 698 ASTM D 698 The proposed wood-frame apartment buildings can be supported on a PTI Slabs-on-Ground foundation system, provided that some differential movement can be tolerated and provided the recommended subgrade preparation activities are performed. Shallow foundations should be placed at least two feet below the finished grade on properly compacted structural fill soils and can be designed for an allowable bearing pressure of 1,500 psf. A creek runs north to south across the site. Based on the plans provided and email correspondence with the civil team, we understand that the creek will be graded to a 4(H):1(V) slope, and that no foundations will be closer than 7.5 feet from the edge of the creek. A slope stability analysis was performed and a Factor of Safety greater than 2 was obtained. Results are shown in the Appendix. Stiffened slab-on-grade foundation system may be designed using the Third Edition of the Post-Tensioning Institute (PTI)1 "Design of Post-Tensioned Slabs-on-Ground" and the Volflo 1.5 design software. PSI understands that movements of up to 2-inches are being considered. PTI design parameters were developed and are presented in the Table 3.4. The design values correspond to different PVR estimates based on the building pad preparations performed at the site. PVR (inches) 1 2 Table 3.4: PTI Design Parameters Center Lift Edge Lift Em (feet) Ym (in) Em (feet) : �� 7.50 -1.33 -1.59 4.20 3.90 Ym �III� 1.91 2.28 The grade beams should have a minimum width of 10 inches even if the actual bearing pressure is less than the design value. The perimeter grade beams should bear at least 24 inches below adjacent surface grades (i.e. bottoms of beams and pads should bear at least 24 inches below the adjacent ground surface). If soft or loose soils are encountered at the design bearing level, they should be undercut to stiff or dense soils and the excavation back-filled with concrete. Resistance of shallow spread footings to lateral forces is provided by the sliding resistance mobilized along the underside of the foundation base (friction and/or adhesion) and the net passive resistance of the soil 1 Post-Tensioning Institute (PTI DC 10.1-08)- Design of Post-Tensioned Slabs-on-Ground, by the Post-Tensioning Institute, Third Edition 2004 Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 12 www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 13 acting over the opposing side faces of the foundation. For design purposes, the sliding resistance and net passive soil resistance can be assumed to develop simultaneously. For shallow foundations founded on naturally occurring clay or compacted cohesive structural fill, a unit adhesion (Ca) of 550 psf could be assumed for design along the area of the underside of the foundation base. The net passive resistance offered by a foundation is equal to the difference between the passive and active earth pressures (Pp and Pa) generated on the opposite side faces normal to the acting lateral load. A passive lateral earth pressure coefficient (Kp) of 1.3 and active lateral earth pressure coefficient of 0.33 can be used. The uplift resistance of a shallow foundation formed in an open excavation will be limited to the weight of the foundation concrete and the soil above it. For design purposes, the ultimate uplift resistance should be based on effective unit weights of 120 and 150 pcf for soil and concrete, respectively. This value should then be reduced by an appropriate factor of safety to arrive at the allowable uplift load. If there is a chance of submergence, the buoyant unit weights should be used. The foundation excavations should be observed by a representative of PSI prior to steel or concrete placement to assess that the foundation materials are capable of supporting the design loads and are consistent with the materials discussed in this report. Soft or loose soil zones encountered at the bottom of the grade beam excavations should be removed and replaced with properly compacted fill as directed by the geotechnical engineer. After opening, grade beam excavations should be observed, and concrete placed as quickly as possible to avoid exposure of the grade beam bottoms to wetting and drying. Surface run-off water should be drained away from the excavations and not be allowed to pond. If possible, the foundation concrete should be placed during the same day the excavation is made. If it is required that grade beam excavations be left open for more than one day, they should be protected to reduce evaporation or entry of moisture. An allowable bearing pressure of 600 psf can be used for slab-on-grade bearing on compacted select fill. A vapor retarder such as polyethylene sheeting should be provided directly beneath the ground supported slab. Adequate construction joints and reinforcement should be provided to reduce the potential for cracking of the floor slab due to differential movement. 3.5 Seismic Desi�n The International Building Code (IBC) was used in this report. As part of this code, the design of structures must consider dynamic forces resulting from seismic events. These forces are dependent upon the magnitude of the earthquake event, as well as, the properties of the soils that underlie the site. Part of the IBC code procedure to evaluate seismic forces requires the evaluation of the Seismic Site Class, which categorizes the site based upon the characteristics of the subsurface profile within the upper 100 feet of the ground surface. To define the Seismic Site Class for this project, we have interpreted the results of our test borings drilled within the project site and estimated appropriate soil properties below the base of the borings, as permitted by the code. The estimated soil properties were based upon data available in published geologic reports as well as our experience with subsurface conditions in the general site area. www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 14 Based upon the evaluation, the subsurface conditions within the site are consistent with the characteristics of the Seismic Site Class E as defined in the building code. 3.6 Lateral Earth Pressures for Retainin� Walls It is anticipated that cast-in-place retaining walls of height up to 5 feet may be constructed, and that these walls will be designed by others. The earth pressure on a stem wall depends on the extent, degree of compaction and the type of backfill that will be placed behind the stem wall. At this time, the type of compacted fill to be placed behind the wall is unknown. The compaction requirements of the back-fill material are provided in section 3.3. Equivalent fluid pressure values (for active earth pressure condition) for various compacted back-fill material types are shown in Table 3.3. Table 3.4 shows active and at rest earth pressure coefficients. Active earth pressure condition is applicable if horizontal movement can occur along the wall height. If the walls are restrained at the top, at-rest earth pressure condition is applicable. The equivalent fluid pressure values shown in Table 3.3 are applicable for horizontal backfill surface. The values in tables are applicable if the backfill behind the wall extends to a minimum distance equal to the wall height. The earth pressure values for the above watertable condition correspond to the total unit weight of soil and the earth pressure values for the below water table condition correspond to the buoyant or submerged unit weight of soil, excluding the hydrostatic pressure. Drainage systems should be provided to collect/remove water and to prevent hydrostatic pressure on the walls. If provisions to prevent accumulation of water behind the walls are not provided, the walls should be designed to resist the hydrostatic head in addition to the buoyant lateral earth pressures. The hydrostatic pressures should be accounted for the full height of the wall. It is anticipated that the drainage system consists of a drainage fabric along the wall which is connected to a drain located at the heel of the wall. The heel drain could consist of fabric wrapped gravel with perforated PVC pipe. Any additional lateral loads due to surcharge and live loads should also be included in the design. A minimum uniform surcharge pressure of 250 psf should be included in the design for the pavement and traffic loads. The lateral pressure on the wall due a uniform surcharge load can be taken as earth pressure coefficient values shown in Table 3.4 multiplied by the surcharge pressure. PSI should be contacted to assess the earth pressures, if any structures are located within close proximity of the retaining wall. Material Type Table 3.3: Equivalent Fluid Pressures Pounds per Square Foot per Foot of Wall Height) Active Condition At Rest Condition (Horizontal (Horizontal Backfill) Backfill) Above Water Below Watera Above Water Below Watera Common Fill or Natural Soil Select Fill 61 31 42 21 www.intertek.com/building 82 41 63 31 � Material Type Flexible Base or Free Draining Sand (less 10% fines) or Gravel (C33 Size 57) Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 15 Active Condition (Horizontal Backfill) Above Water Below Watera 34 17 At Rest Condition (Horizontal Backfill) Above Water Below Watera 54 I 27 Notes: (a) Lateral earth equivalent fluid pressures were calculated using submerged unit weight of soil and the pressure does not include the hydrostatic fluid pressure of 62.4 psf per foot depth due to differential water levels that occur in-front of the wall and behind the wall. (b) Values provided correspond to soils compacted in according to Section 3.3 Site Preparation and Fill Materials. (c) If flexible base or sand or gravel are used, a minimum of two feet of clay should be placed over the materials. Table 3.4: Lateral Earth Pressure Coefficients Material Type Active Condition At-Rest Condition (Horizontal Backfill) Horizontal Backfill Common Fill or Natural Soil Select Fill Flexible Base, or, Free Draining Sand (less 5% fines), or, Gravel (ASTM C33 Size= 57) 0.49 0.33 0.27 �.. 0.50 0.44 www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 16 4.0 PAVEMENT RECOMMENDATIONS 4.1 Sub�rade Soil Preparation Based on subsurface soil information, PSI recommends that 12 inches of select fill can be provided below the pavement materials. Select fill should be compacted as provided in Section 3.3 Earthwork and Fill Materials of this report. As an alternative to preparing the subgrade, the design pavement thickness of rigid pavement can be increased by one inch in addition to the recommended pavement thickness provided in Table 4.1. The thicker pavement section will be constructed over 6 inches of scarified and re-compacted subgrade instead of lime-stabilized subgrade or select fill subgrade. Structurally, both designs (i.e., pavement over select fill subgrade and pavement with greater thickness over natural soils) are more or less equal. However, it is our opinion that the pavement with select fill subgrade will perform better than the pavement with 1-inch additional thickness on natural soil. This is primarily due to environmental and drainage factors affecting the performance life of this pavement. Non-treated soils are susceptible to movements or softening thus resulting in a loss of support to the concrete pavement structure. The purpose of select fill is to minimize the loss of support and bridge the subgrade from moisture infiltration thereby reducing soil softening and enhancing the performance and life of the pavement. Both pavements would require periodic maintenance. 4.2 Pavement Section AASHTO design methodology can be used to design the pavements. According to AASHTO design methodology, the pavement design thickness primarily depends on strength of the subgrade soils and type of traffic. Traffic includes several types of vehicles with various magnitudes of axle loads that may be subjected to the pavement during its service life. The design involves a traffic analysis that converts various types of vehicles with various magnitudes axle loads to a number of 18-kip equivalent single axle load (ESAL) repetitions. The design engineer should perform the traffic analyses to compute the number of ESALs repetitions that would be subjected to the pavement during its service life or design life. Based on the computed ESALs, an economical and appropriate pavement can be designed accordingly. AASHTO low volume design methodology can also be used to design pavements. The low volume design methodology depends on typical subgrade conditions for 6 different U.S climatic zones and provides minimum thickness for 3 different levels of traffic. Based on AASHTO low volume design and our previous experience, we have provided pavement thickness for both a rigid and a flexible pavement system in the tables below. The tables below include thickness design corresponding to 2 levels of traffic (low and high). It is recommended that the pavement design thicknesses correspond to following: • Low traffic condition: Parking areas expected to receive only passengervehicles and light pickup truck traffic. • Hi�h traffic condition: Parking and drive areas with heavy traffic, fire lanes, trash pickup areas, main access driveways, and 18-wheeler loading/unloading. www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 17 Table 4.1: Minimum Ri�id Pavement Section Pavement Material(s) Low High Portland Cement Concrete 5.0 inches 7.0 inches Pavement Subgrade As Discussed in Section 4.1 Table 4.2: Minimum Flexible Pavement Section Pavement Material(s) Hot Mix Asphalt Concrete TxDOT Item 340. Type D Flexible Base Material TxDOT Item 247. Type A or D, Grade 1 or 2 Pavement Subgrade Design Thickness Low High 2.0 inches 3.0 inches 6.0 inches 8.0 inches As Discussed in Section 4.1 Large front-loading garbage trucks frequently impose concentrated front-wheel loads on pavements during loading. This type of loading typically results in rutting of the pavement and ultimately, pavement failures. Therefore, it is recommended that the pavement in trash pickup areas consist of a minimum 7-inch thicl<, reinforced concrete slab. During the construction phase of this project, site grading should be kept in such a way that the water drains freely off the site. Proper finishing of concrete pavements requires the use of sawed and sealed joints. Construction joints should be designed in accordance with current Portland Cement Association guidelines. Joints should be sealed to reduce the potential for water infiltration into pavement joints and subsequent infiltration into the supporting soils. Joint spacing is recommended at 15-foot intervals for plain concrete. Dowel bars should be used to transfer loads at the transverse joints. Normal periodic maintenance will be required. The design of steel reinforcement should be in accordance with accepted codes. The concrete should have a minimum compressive strength of 3,500 psi at 28 days. The concrete should also be designed with 5± 1 percent entrained air to improve workability and durability. Pavement materials and construction procedures should conform to TXDOT or appropriate city and county requirements. Surface water infiltration to the pavement subgrade layers may soften the subgrade soils. Considering several factors in the pavement design can reduce surface infiltration. The following are some of the factors that need to be emphasized in order to maintain proper drainage. 1) Appropriate slopes should be provided to drain the water freely from the pavement surface. 2) Joints should be properly sealed and maintained. Design Thickness www.intertek.com/building Project Number: 03422544 � BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 18 3) Side drains or sub drains along a pavement section may be provided. 4) Proper pavement maintenance programs such as sealing surface cracks, and immediate repair of distressed pavement areas should be adopted. 5) During and after the construction, site grading should be kept in such a way that the water drains freely off the site and off any prepared or unprepared subgrade soils. Excavations should not be kept open for a long period of time. www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 19 5.0 CONSTRUCTION CONSIDERATIONS 5.1 Secondary Desi�n Considerations The following information has been developed after review of numerous problems concerning foundations throughout the area. It is presented here for your convenience. If these features are incorporated in the overall design and specifications for the project, performance of the project will be improved. Prior to construction, the area to be covered by building should be prepared so that water will not pond beneath or around the building after periods of rainfall. In addition, water should not be allowed to pond on or around pavements. 2. Roof drainage should be collected and transmitted by pipe to a storm drainage system or to an area where the water can drain away from buildings and pavements without entering the soils supporting buildings and pavements. 3. Sidewalks should not be structurally connected to buildings. They should be sloped away from buildings so that water will be drained away from structures. 4. Paved areas and the general ground surface should be sloped away from buildings on all sides so that water will always drain away from the structures. Water should not be allowed to pond near buildings after the floor slabs and foundations have been constructed. 5. Backfill for utility lines that are located in pavement, sidewalk and building areas should consist of on-site fill. The backfill should be compacted as described in the Earthwork and Fill Materials section of this report. Lesser lift thicknesses may be required to obtain adequate compaction. 6. Care should be exercised to make sure that ditches for utility lines do not serve as conduits that transmit water beneath structures or pavements. The top of the ditch should be sealed to inhibit the inflow of surface water during periods of rainfall. 7. Flower beds and planting areas should not be constructed along building perimeters. Constructing sidewalks or pavements adjacent to buildings would be preferable. If required, flower beds and planting areas could be constructed beyond the sidewalks away from the buildings. If it is desired to have flower beds and planting areas adjacent to a building, the use of above grade concrete box planters, or other methods that reduce the likelihood of large changes in moisture content of soils adjacent to or below structures should be considered. 8. Water sprinkling systems should not be located where water will be sprayed onto building walls and subsequently drain downward and flow into the soils beneath foundations. 9. Trees in general should not be planted closer to a structure than the mature height of the tree. A tree planted closer to a structure than the recommended distance may extend its roots beneath the structure, allowing removal of subgrade moisture and/or causing structural distress. 10. Utilities that project through slab-on-grade floors should be designed with some degree of flexibility and/or with a sleeve to reduce the potential for damage to the utilities should movement occur. 11. Soil supported floor slabs are subject to vertical movements. This often causes distress to interior wall partitions supported on soil supported floor slabs. This should be considered in the design of soil supported floor slabs. www.intertek.com/building � 5.2 Construction Materials Testin� Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 20 It is recommended that PSI be retained to provide observation and testing of construction activities involved in the foundations, earthwork, and related activities of this project. PSI cannot accept any responsibility for any conditions that deviates from those described in this report, nor for the performance of the foundations if not engaged to also provide construction observation and testing for this project. Observation of all foundation bearing materials, pier construction activities, structural steel and subgrade treatment operations should be performed by a representative of PSI. Density testing should be performed at a rate of one per 2,500 square feet per 8-inch lift in building areas, one test per 10,000-square feet per 8-inch lift in paved areas and 1 per 100 linear feet per 8-inch lift in utility trench backfill. A moisture-density relationship (Proctor), Atterberg's limit and minus 200 sieve test should be performed for each material encountered at finished subgrade elevation. 5.3 Moisture Sensitive Soils/Weather Related Concerns The upper fine-grained soils discovered at this site could be sensitive to disturbances caused by construction traffic and changes in moisture content. During wet weather periods, increases in the moisture content of the soil can cause significant reduction in the soil strength and support capabilities. In addition, soils that become wet may be slow to dry and thus significantly retard the progress of grading and compaction activities. Construction schedules should account for these conditions during wetter times of the year. 5.4 Drainage and Groundwater Concerns Water should not be allowed to collect in the foundation excavation, on floor slab areas, or on prepared subgrades of the construction area either during or after construction. Undercut or excavated areas should be sloped toward one corner to facilitate removal of any collected rainwater, ground water, or surface runoff. Positive site surface drainage should be provided to reduce infiltration of surface water around the perimeter of the building and beneath the floor slabs. The grades should be sloped away from the building and surface drainage should be collected and discharged such that water is not permitted to infiltrate the backfill and floor slab areas of the building. PSI recommends that the contractor determine the actual ground water levels at the site at the time of the construction activities. It may be expedient to drill auger holes or excavate test pits adjacent to the building area immediately prior to construction to determine the prevailing water level elevation. Any water accumulation should be removed from excavations by pumping. Should excessive and uncontrolled amounts of seepage occur, the geotechnical engineer should be consulted. 5.5 Excavations In Federal Register, Volume 54, No. 209 (October 1989), the United States Department of Labor, Occupational Safety and Health Administration (OSHA) amended its "Construction Standards for Excavations, 29 CFR, part 1926, Subpart P". This document was issued to better insure the safety of workmen entering trenches or excavations. It is mandated by this federal regulation that excavations, whether they be utility trenches, basement excavation or footing excavations, be constructed in accordance with the new OSHA guidelines. It is our understanding that these regulations are being strictly www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 21 enforced and if they are not closely followed the owner and the contractor could be liable for substantial penalties. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. The contractor's "responsible person", as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. We are providing this information solely as a service to our client. PSI does not assume responsibility for construction site safety or the contractor's or other party's compliance with local, state, and federal safety or other regulations. www.intertek.com/building � Project Number: 03422544 BONDSMFI-DFW-005 Multifamily, Fort Worth, Texas March 30, 2023 Page 22 6.0 REPORT LIMITATIONS The recommendations submitted in this report are based on the available subsurface information obtained by PSI and design details furnished by the client for the proposed BONDSMFI-DFW-005 Multifamily to be located at southeast corner of bonds ranch road and blue mound road in Fort Worth, Texas. If there are any revisions to the plans for this project, or if deviations from the subsurface conditions noted in this report are encountered during construction, PSI should be notified immediately to determine if changes in the foundation recommendations are required. If PSI is not notified of such changes, PSI will not be responsible for the impact of those changes on the project. The geotechnical engineer warrants that the findings, recommendations, specifications, or professional advice contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. This report may not be copied, except in the entirety, without expressed written permission from PSI. PSI is not responsible for any claims, damages, or liability associated with the interpretation or re-use of the subsurface data or engineering analysis or the conclusions or recommendations of others based on the findings and recommendations presented herein. After the plans and specifications are more complete, the geotechnical engineer should be retained and provided the opportunity to review the final design plans and specifications to check that our engineering recommendations have been properly incorporated into the design documents. At that time, it may be necessary to submit supplementary recommendations. If PSI is not retained to perform these functions, PSI will not be responsible for the impact of those conditions on the project. This geotechnical report has been prepared for the exclusive use of HPIMF Bonds Land DFW002, LLC and their representatives for the specific application of the proposed BONDSMFI-DFW-005 Multifamily development to be located at the southeast corner of bonds ranch road and blue mound road in Fort Worth, Texas. www.intertek.com/building APPENDIX l�l www.intertek.com/building / SITE VICINITY MAP �- -. . �^— -�, m �: , w,"r�i -.�� ��'» • e.� �k ] f� + �i� � • . � � �L �.i� � ` o � � ,}� � A�j .�.� . : J.'.c+s� � . . ... _ . �.z< � �' . y� �., ±..�:. �k x x w J Y � ! o,� y-�d r.� �M � � � • ''c o '1 ��1�.'��'+'�.�'rQ�ai� "�i�i a � � � :I�� �• � rf; � ry ��.,y ' -. � �,, . � ,�. +}" "` � , I : t� . +- �r. . � �'i �H o � �; �. , �� aF'��;�• ��:' S�fx:7.'� !�. I � � 'a � w � 1 . � �� �,. � � � �; ' , ;�. w.A.0 'y+.v�� � .��� � � �. r .[�:' • s�1 -•-'j,.� ()�',�(; . � � r ' � ��- ~t►- f 'rx-~'.�'�f'%�' ,� ,� ','�: . � � �' I V � , �:��.` r. . .-. y„5++.,i . _ .�"� � � �:�" - � � �� ,� i,�'1' � r� - ,r i., y� � � +r�� . � � 4 � f • 4 R�-` � • . '� r. Y r.. �e... � � �� t• �ij y�, ' �' ~ � r 1� : � � ` {�1 ... � `f ; � �"rr,-,� „P S :,�.' a�� � �'�; ..!/,� i �'� �'i:.� � ,^,,,, "f' +) �'; Ir ��; s- .5�54� ��„'i,��� � � � } � d� " • rr Y s �"� � , ��.� � , �F � �w � �-,..+�•• � 5W ; .' i F }� t;� '� �.�,.�}. �•���• �7i S7 .+_.. ,� � - �� t+ .�� �.4r..�.�4�� Y_�.. � � •1 ��i, _ � �j � � + 1: r� � r � ` + �, �.'+�i''��<' � . - H ��k-.i�`�!�f'.x�'•-X:��(�i���E-�`�-�7'I¢= =���t��., ,� � � _ � � �S.I 'w:_ �.� �._ � t r�`" y ` � ,�.rF ,F'' � � i ..i;�. � i�r � , �-..,_ ^ .. Approximate Site Location =��;��:,�:,:.:�.:,r� f=;�;:_;�.�;�,�,�� ��_ � � �� -� .��3�,� _ � '.-� ~:�p,� �. �' � � -Y. . � . ' �+F�� F � i �a .c �s , � � � 1,�`!���"4�J���d l�'[5��i�. � ..��.•r r � �i' a 4, 1�. i. ! '�.,4� c �r � - -'� � � ' � � � �; �1 �4 '� P- .. � ,. ;+�� �" r� � ,. ���'' `_+` .��:_ � C} �� y �r x � h � . . �r �� ,•t g - 4 �^ � �-r oM .. � �, � � #' s i' � +, , "C � r .-� �.i - . � . .. ..� ,.. .�,... _ � .. . ll�,rl�^, �- ��t�i�a �'A��l ���:,.1` � �.-r . ' '� a; � Y _ �. , �. �� .+� d ,it�,�� k_ '� , 4.� �' �i � r..' 'i , . v,,��;. ����' R . � ._ ` y � : � � � `,� �^}� ' { r' � . .�k. � r� i;' �_ . � � �'����7 � .�,`� ` �� '� �� GEOTECHNICAL ENGINEERING SERVICES BONDSMF1-DFW-005 SE Corner Bonds Ranch Road and Blue Mound Road Fort Worth,TEXAS FIGURE No. 1 T PSI PROJECT No.: 03422544 j �_�ry�.`�'r,�'�-,�, �}i5F "�l �i+.! . .ki., -1'r: - � . �. `S.. . i t ,.�:���1� �;1� � k,. r �' _ . L�� � J �_� �� �\ g ��`��«,'s M '� ~� � "�' " =� 1 . ,_,_,.. �` � �,�� ��� s �= � � �� '�'� �`' � — � .t� ��. `,`�4�5°� r � S � I e� .., y� ;� Y. . J� = �d+�<<- - • . � . il� '�S�'l' ,` ' r� "'W V ��,'�� ' ,�'-a"�' �'=�r�,�' rA �� "T� �.�'ix -�x ❑ 4 y�'_ �Liiw�' _ � i • ��. ,��� �.�� ��.�.�a`�ti"��� � � Y r f. 4" y - '. � ."' i r-17 i1-. �'r� ,'t„i��' ���, ,['�� tA � � .i [ n� �.5 E� l ; � � � r .�� .' l �'.x' -��- �i�'�'� ��i �'41 i � � Y; �� '�'F7`�'�f°h4 -� �..1{� ��.. �,�1dY�: �'{ ° �� ti '� �T � �' -.i— � a. � + .t i4S � �a'r�' ' � I.. � f'�t' I.��O�IT�, ���L�iE ���`���'� ..� �'J� F� t!!FF�� - , PI q � . �_,�'. � _ i'iTrj i�1�F� , , � t� ��( �Y�'���`v� �� � '� � ��s,_i�-ir'L�I% .rr -1J.J-i1J ��' ' ' tiif� � �'} i ��+Y��' �x;,ib�!i � � ^'4� r,� �_. � . �r�.�i�1 �'r�.'ky.�� �:��'�'�� �'�',r _�5'� � r . ,, � � �! fj i j'i'�?�:T�a-k.. � �tl�S��q' _ k.,_, ��.-1 ,��� i,�r�' e Y- ��i , F; , � � i I�' 171� TI F'Iti�'I�'�Z'}= .;�"�;•. .t'i ���, t �' , - � _` : ��� UY ,. . .�: --: 1�� - �' ', �� ���`�•. " , ` �' � � :�r � '�` 1+� d ,�� --,�-, �.� • �_ � � �•r:v� � � = � !� �� ' ' 3.:�_� ,�4-`�';�s ='�:.?� ,, - `���� � .A' �. :f •, - 1���"� � � ;i '#}�1fiT'I'rnry t,: Z'�2 '-�': ��•i�,;,, � �r� �� . ..�' i.,� "�'!R' �' � r'r�';�;�;f�'f � ��, � ,�u�C�:� -- -� --.�tiL: . .i�..�'..1r:i%;•,-� . � � DATE: 3/20/2023 DRAWN: HK / CHKD:: RC � � u�t�rt�k 310 Regal Row, Suite 500 Dallas, Texas 75247 � � PHONE: (214) 330-9211 7 1I f / �. � !. �' �� �� • � � I rrn� - . ,� . � �,_ . � ^� r• i. �rr������a�i. .�� ;. ■ � ��.{ r f 91 A � r BORING LOCATION PLAN - AERIAL --- _ .,�,�_� a� � . H� �.� ;,� — � T�' �- �' � N �' �' � : . h i , ..� • ,ti, � . . , "1 C. ` � 4 i r"'4- ti i �,' i•, . I4 .—��.`� r . .{'; 4 . . '� ��ry �S5 �;d` �c �`� • � 'r �R �� _�ti.AJ � �:'���.. �1 � ��; �~' j� � . � �r��-, � ' , � A'� . � ��?ti�' Jr�� Z,�.Y; ' �. .".3i�,. ��.. _���,tS� •� h. t�� ' • �� A � �k ¢,� " a , � ' �-f�CY�� � ��r�,t � ,, y � � � ►. � � .. " � j�y� � ;a ; r � � LF'L,r� �. ��� � � � y ...1 �� t ry �' � � ' j �'�'S CIGi� �l"'l,i��l? � . � � ._S� R � R n .. y� LF' �l [! � �', � '� Yi' � �_ h �]r �i'� n c: - � �1�lls�, !: : i � , #��,Y }' ��fa �.11�,� ` „, ;�.' . � � �L �'�: � ,�- � ' ' � ,� �y, : � Is •�j . � � �7:. ��;[�° �_4 l�� �! 3 �..�;�'� ���1���11 . �a .::�.. ,� , � 7�.. 'a�. . + j .. .. .. * � �` � 'r � f '� � - ��.• A . i. . _ GEOTECHNICAL ENGINEERING SERVICES DATE: 3/20/2023 BONDSMF1-DFW-005 SE Corner Bonds Ranch Road and Blue Mound Road Fort Worth, TEXAS ' DRAWN: HK FIGURE No. 2 T PSI PROJECT No.: 03422544 CHKD:: RC l � � u�t�rt�k � � w � 310 Regal Row, Suite 500 Dallas, Texas 75247 � � PHONE: (214) 330-9211 7 �I f / ;� �� �j -�- - -��- BORING LOCATION PLAN M, Vt � - i=t�� r'���rar�i•L�� �� �, 4 C:�:��' I�' 0 0 �' � C f '' o ' I:tit�Y��` -�o '{ � '; ;�5�%> � � � � � ��,'��, 0 C f ;��.,,.:;' ; I.. 11_ ]�U 1� �:� � . � � J . r � y ' � ,..�ly.J ��,a� � � ' '� �r.o A '.7% �� r� i�`=1.�,.._......V. / . ! � � � ��� �� -, r' ���[�� y� . --, w- _- �{'��J ' a o �• ` f I r f ? .. �o �` - � �: � .�, �C��� ° �,� �—. ��,;; �� �.. : �., �.��j� _ � � - j , � . � ° ��Y��` �, � �� , . � � _ - � 1,I; .. !" w F Lt' -�y� � � I � � � ~ �� +'� • +• �' � C � {��-��`���rn a'��i�t� � 1� ', � , i �-. ��`• L C ��`� E i i 11 JL7f�ILJL�7 -uuuu ��.0 J I t. I I i i�� e �� .�- ' I'lIR7 -' ' T. �'�i r' `: - .. ; ,�� � -`�s�l�c� � � 'e� 1 ��l _ � - ` `�; ;=-.t- -�-` � �, - - �_� r - .. �. GEOTECHNICAL ENGINEERING SERVICES DATE: 3/20/2023 BONDSMF1-DFW-005 SE Corner Bonds Ranch Road and Blue Mound Road Fort Worth, TEXAS , DRAWN: HK FIGURE No. 3 1 PSI PROJECT No.: 03422544 CHKD:: RC i ` _~-'�-�; - " - N �� � ,-; � �� � . r.. _ . '� ; i A; � �.� � �LLt �� �;' � __ � � - �. 3 a �--, �� . �� � �,{Ji� J �� 4 �' � . d w LS.�+' • �•. ' ' �, _ _ ' _— f . i_ � d �.—. • ' � � - - I . r ; W � - aLa:�... d �'• - ' � - �.i. � � ' y ' - ''"" r �...� � � - ; ,��.r-� -� ; . u�t�rt�k 310 Regal Row, Suite 500 Dallas, Texas 75247 '�`~ PHONE: (214) 330-9211 � \ .� f LOG OF BORING B- 101 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.3 645 �~� �O J � a O HP • UC � UU Z a �� a� m C�EtSCRIPTIOj�I m � LL PL PI 0 1 2 3 4 5 � �� N�/ �FAT CLAY (CHI, Stlfir to hard dark brown to brown, � � with limestone nodules, with calcerous deposits 36 M O � 20 72 25 47 100 1.35 89 0 J — i� z -5 20 � 0 m 0 15 c� z w 12 49 17 32 � 109 5.90 97 Z _1 O -Lean clay seam c� z w H � O d � 21 ... ... ... ... Q o -15 0 } J � Q � F J � �liALE, soft to hard, gray T.100(6.�") o -20 0 � � � � � � �� T:100(57 i") o -2., m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/3/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 102 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.34657 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n m I DESCRIPTION LL PL PI 0 1 2 3 4 5 N�/ �FAT CLAY (CHI, very strtt to hard, dark brown to N brown, with limestone nodules, with calcerous 33 n a o deposits � 33 0 J — i� z -5 20 � 0 m 3 3 0 18 51 19 32 : 6� 107 2.14 95 c� z w 22 W z -10 c� z w H � O d � 18 51 22 29 o -15 0 i J � Q � F J �- 19 o -20 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -50- � ;1 104 4.72 99 � �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/4/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 103 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO Q Q p� LATITUDE: 32.92110 ��O OZ J � �- O HP • UC � UU ~ a � W a� LONGITUDE: -97.34598 m �a a z o� m DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � �� N�/ �FAT CLAY (CHI, very sti17 fo hard, dark brown to N brown, with limestone nodules, with calcareous 30 66 26 40 - 87 a o deposits � 28 0 J — i� z -5 24 � 0 m 0 17 63 21 42 "--� 102 3.47 93 c� z w 21 �ir 106 4.32 w z -10 c� z w H � O d � 20 ... ... ... ... Q o -15 0 } J � Q � j�� SHALE, soft to hard, gray N _20� f:100(5'') 0 � � � � � � o -2� � f:100(4'') m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/3/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 104 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO Q Q p� LATITUDE: 32.92083 ��� OZ J � �- O HP • UC � UU ~ a � W a� LONGITUDE: -97.34592 m �a a z o� �_� DESCJ�IPTION � LL PL PI � 2 3 4 5 � �� % �FAT CLAY (CHI, very sti17 to hard, dark brown to N brown, with limestone nodules, with calcareous 29 �" a o deposits � 27 69 24 45 : @� 91 1.13 91 0 J — i� z —5 27 � 0 m 0 21 63 21 42 � � 100 1.97 90 c� z w 23 _ $ w z -10 c� z w H � O d � 20 ... ... ... ... Q o -15 0 } J � Q � j�� SHALE, soft to hard, gray N _2C � T:100(6.2 j") 0 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/3/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 105 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034613 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown to N brown, with limestone nodules, with calcareous 28 �" a o deposits � 27 0 J — ?-5 24 67 22 45 ��� 101 2.19 88 � 0 m 0 21 c� z w 22 $ w z -10 c� z w H � O d � -Lean clay seam 17 43 19 24 C�I 112 7.23 98 o -15 0 } J � Q � F J � �liALE, soft to hard, gray T.100(4.�") o -20 0 � � � � o -2� �� f:100(2'') m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/3/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 106 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034638 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown to N brown, with limestone nodules, with calcareous 30 O a o deposits � 33 0 J — i� z -5 24 � 0 m 0 21 52 16 36 �'^ 114 4.06 90 c� z w 19 � w z -10 c� z w H � O d � 20 ... ... ... ... Q o -15 0 } J � Q � F J �- 16 56 21 35 �il 103 7.20 96 o -20 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/3/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 107 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034662 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n � I DESC}�IPTION LL PL PI 0 1 2 3 4 5 ��/ �FAT CLAY (CHI, very stifl to hard, dark brown to N brown, with limestone nodules, with calcareous 25 a o deposits � 23 0 J — i� z -5 23 � 0 m 0 22 c� z w 24 57 18 39 W z -10 c� z w H � O d � 2� o -15 0 i J � Q � F J � - 18 56 20 36 o -20 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -50- 3— �— 3 3 �� 104 2.50 98 � �M�I 109 5.75 97 �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/3/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 108 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.34682 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown to N brown, with limestone nodules, with calcareous 30 O— a o deposits � 31 e� 0 J — i� z -5 19 � 0 m 0 20 c� z w 21 $ w z -10 c� z w H � O d � -Lean clay seam 21 42 17 25 ii► Q 106 3.04 80 o -15 0 } J � Q � F J � 22 56 20 36 r� 102 3.39 97 o -20 0 � � 0 � SHALE, soft to hard, gray � � � T:100(47 i") o -2., m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/4/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 109 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034715 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _� DESCJ�IPTIOI�I LL PL PI � % �FAT CLAY (CHI, very sti17 to hard, dark brown to a brown, with limestone nodules, with calcareous 32 0" o deposits � 33 79 21 58 �: e 96 1.08 91 0 J — i� z —5 24 � 0 m 0 27 c� z w 19 � w z -10 c� z w H � O d � 22 Q o -15 0 } J � Q � F J � 15 54 17 37 �il 93 5.66 96 o -20 0 � � � SHALE, soft to hard, gray � � � � � �� T:100(3.7 i") o -2., m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/4/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 110 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034751 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n � I DESC}�IPTION LL PL PI 0 1 2 3 4 5 ��/ �FAT CLAY (CHI, very stifl to hard, dark brown to N brown, with limestone nodules, with calcareous 35 62 23 39 �- - - 96 a o deposits � 32 0 J — i� z —5 26 � 0 m 0 20 c� z w 26 W z -10 c� z w H � O d � 19 51 18 33 o -15 0 i J � Q � F J �- 18 o -20 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -50- �— ��6�- 99 3.38 3 3 3� 103 4.59 97 3 �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/4/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-111 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034667 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules 26 � o" M O � 25 82 24 58 -O @ 91 0.72 94 0 J — i� z —5 27 � 0 m 0 22 �- c� z w 22 � w z -10 c� z w H � O d � 19 61 24 37 -� 110 4.22 98 o -15 0 } J � Q � j�� SHALE, soft to hard, gray N _20� T:100(3.2 i") 0 � � � � � � � � � T:100(27 i") o -2., m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/2/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-112 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034657 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown to N rown, with limestone nodules, with calcareous 35 �— a o eposits � 31 0 J — i� ?-5 15 50 15 35 — 110 0.90 21 � 0 m 0 22 8— c� z w 19 � w z -10 c� z w H � O d � 20 55 21 34 C�1 107 5.22 94 o -15 0 } J � Q � j�� SHALE, soft to hard, gray N _2C � T:100(1.2 j") 0 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/3/23 GROUND WATER DURING DRILLING: 2 feet a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-113 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034714 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _� DESCJ�IPTIOI�I LL PL PI � % �FAT CLAY (CHI, very sti17 to hard, dark brown to a brown, with limestone nodules 30 61 22 39 0- 81 M O � 21 102 1.18 0 J — i� z —5 25 � 0 m 0 20 �- c� z w 18 53 19 34 N Q - 109 1.90 97 w z -10 c� z w H � O d � �$ ... ... ... ... Q o -15 0 } J � Q � F J � ... ... ... ...� � �20 O> > ... ... ... ... ... � � � � � ... ... ... ... ... � o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/2/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-114 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97 34716 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCRIPTIOj�I LL PL PI _i/ �FAT CLAY (CHI, stitt to hard dark brown to brown, N with limestone nodules 28 61 22 39 �- 89 a M O � 24 e� 0 J — i� z -5 16 111 2.26 � 0 m 0 18 —e c� z w 20 � w z -10 c� z w H � O d � 24 61 22 39 � Q 103 3.10 99 o -15 0 } J � Q � F J � �liALE, soft to hard, gray f:100(3'') o -20 0 � � � � � � �� T.100(2.�") o -2., m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/27/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-115 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97 34669 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCRIPTIOj�I LL PL PI _i/ �FAT CLAY (CHI, stitt to hard, dark brown to brown, � with limestone nodules 24 — o' M O � 27 � J — i� ?-5 21 70 23 47 — 99 1.20 87 � 0 m 0 30 �- c� � 11/9/15 �� W N:24 z -10 c� z w H � O d � 23 63 26 37 � Q 105 1.75 98 o -15 0 } J � Q � F J � n ... ... ... ...� � �LO O> > ... ... ... ... ... � � � SHALE, soft to hard, gray 0 o -2� m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/25/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-116 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97 34716 �~� �O J � a O HP • UC � UU Z a �� a� � m U 0 1 2 3 4 5 � �� � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules 26 0" M O � 28 75 26 49 93 1.03 0 J — i� z -5 18 � 0 m 0 19 56 21 35 n'` 112 4.57 92 c� z w 19 Q — w z -10 c� z w H � O d � �g Q o -15 0 } J � Q � j�� SHALE, soft to hard, gray N _2C � T:100(27 j") 0 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/25/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-117 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034741 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCRIPTIOj�I LL PL PI _i/ �FAT CLAY (CHI, stitt to hard, dark brown to brown, � with limestone nodules 28 �� M O c�.� 25 —@ 0 J — i� z —5 21 � 0 m 0 19 62 20 42 �"` 109 5.02 92 c� z w 21 $ w z -10 c� z w H � O d � 18 50 19 31 C�1 115 6.95 98 o -15 0 } J � Q � F J � SHALE, soft to hard, gray �� $ o -20 0 � � � � � � �� T.100(2.�") o -2., m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/2/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-118 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034�796 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCRIPTIOj�I LL PL PI _i/ �FAT CLAY (CHI, stitt to hard, dark brown to brown, � with limestone nodules 21 ��— M O � 22 � J — i� ?-5 21 57 19 38 — 101 1.17 97 � 0 m 0 17 c� z w 18 $ w z -10 c� z w H � O d � 19 Q o -15 0 } J � Q � F J �- 19 58 23 35 -F� 111 3.65 96 o -20 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/2/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-119 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o �LONIGT�UDE32.97.034787 �~� �O J � a OHP •UC �UU Za �� a� m C�EtSCRIPTIOj�I m � LL PL PI 0 1 2 3 4 5 � �� N�/ �FAT CLAY (CHI, Stlfir to hard dark brown to brown, N with limestone nodules 28 ��— a M O � 29 0 J — i� z —5 19 � 0 m 0 18 56 19 37 �"` 117 7.45 92 c� z w 18 $ w z -10 c� z w H � O d � 19 57 19 38 �rl 112 6.06 98 o -15 0 } J � Q � j�� SHALE, soft to hard, gray � _20� T.100(3.`") 0 � � � � � � � � � T:100(27 i") o -2., m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/27/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-120 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97 34797 �~� �O J � a O HP • UC � UU Z a �� a� m C�EtSCRIPTIOj�I m � LL PL PI 0 1 2 3 4 5 � �� N�/ �FAT CLAY (CHI, Stlfir to hard dark brown to brown, N limestone nodules 23 55 21 34 0- - 61 a o -gravel seam � 23 100 0.75 0 J — i� z -5 23 � 0 m 0 21 59 22 37 � � 105 2.54 89 c� z w 19 — � w z -10 c� z w H � O d � �] ... ... ... ... Q o -15 0 } J � Q � j�� SHALE, soft to hard, gray N _20� T.100(6.�") 0 � � � � � � � � � T.100(5.�") o -2., m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/2/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-121 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97 34748 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules 26 — o" M O � 21 64 17 47 e 83 0 J — i� z —5 19 � 0 m 0 19 "-" 114 6.83 c� z w 19 $ w z -10 c� z w H � ° -sand seams � 16 Q o -15 0 } J � Q � F J �- 17 62 15 47 �il 118 9.14 95 o -20 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/27/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-122 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97 34753 �~� �O J � a O HP • UC � UU Z a �� a� m C�EtSCRIPTIOj�I m � LL PL PI 0 1 2 3 4 5 � �� N�/ �FAT CLAY (CHI, Stlfir to hard dark brown to brown, N with limestone nodules 21 �� a M O � 22 @ 0 J — i� z —5 14 � 0 m 0 18 c� z w 20 62 25 37 N � 110 2.90 99 w z -10 c� z w H � O d � 19 Q o -15 0 } J � Q � F J � 18 58 22 36 �il 105 6.60 93 o -20 0 � � � SHALE, soft to hard, gray � � � � � �� T.100(2.�") o -2., m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/25/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-123 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o �LONIGT�UDE32.9734798 �~� �O J � a OHP •UC �UU Za �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown to N brown, with limestone nodules 22 a M O � 21 60 20 40 106 1.58 87 0 J — i� z —5 17 � 0 m 0 17 59 24 35 �"" 116 7.18 c� z w 17 $ w z -10 c� z w H � O d � �$ o -15 0 } J � Q � j�� SHALE, soft to hard, gray � _2C � T.100(3.`"1 0 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/25/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-124 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97 34846 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown to N brown, with limestone nodules, with calcareous 22 — a o deposits � 22 0 J — i� ?-5 21 61 18 43 106 1.94 91 � 0 m 0 22 c� z w 60 17 43 � 120 7.67 93 w z -10 c� z w H � O d � 22 Q o -15 0 } J � Q � j�� SHALE, soft to hard, gray � -20� T.100(2.�") 0 � � � � � � o -2� � f:100(2'') m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/27/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-125 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97 34833 �~� �O J � a O HP • UC � UU Z a �� a� z m U � �U c~n ° 0 1 2 3 4 5 � _0 DESCJ�IPTIOI�I LL PL PI _i/ �FAT CLAY (CHI, very sti17 to hard, dark brown, with � limestone nodules, with calcareous deposits 26 �" M O � 15 @� 0 J — i� o-5 -Lean clay seam 17 41 17 24 67 m 0 19 c� z w 16 61 16 45 � 120 7.45 99 w z -10 c� z w H � O d � �g Q o -15 0 } J � Q � j�� SHALE, soft to hard, gray � -2C � T:100(2.2 j„) 0 0 � � 0 � � � 0 o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/27/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-126 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.9 845 �~� �O J � a O HP • UC � UU Z a �� a� m C�E}SCRIPTIOj�I m � LL PL PI 0 1 2 3 4 5 � �� N�/ �FAT CLAY (CHI, Stlfir to hard dark brown to brown, � with limestone nodules, with calcareous deposits 29 �" M O � � $ —@ O J — i� o-5 -Lean clay seam 18 45 16 29 78 m 0 22 � � 109 2.34 c� z w 21 60 23 37 - � 95 w z -10 c� z w H � O d � 23 � Q 102 2.58 o -15 0 } J � Q � j�� SHALE, soft to hard, gray N _20� f:100(3'') 0 � � � � � � � � � T:100(3.2 i") o -2., m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/2/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-127 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422544 o � w� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� LL � } � COORDINATE (Y) OR NORTHING Z�� j� p� �� UW STRENGTH � �= Zw � _ � a APPROX. SURFACE ELEVATION: � � in �Z �g cng �o TONS/SQ.FT. }LL cn� �n- � a J � Hd� (n� �J JJ C/JZ 0�% �� QO � � o� LONIG T�UDE32.97.034835 �~� �O J � a O HP • UC � UU Z a �� a� m C�E}SCRIPTIOj�I m � LL PL PI 0 1 2 3 4 5 � �� N�/ �FAT CLAY (CHI, Stlfir to hard dark brown to brown, � � with limestone nodules 33 0- M O � 24 60 19 41 102 1.44 88 0 J — i� z -5 22 � 0 m 0 21 � -�e 98 1.26 c� z w 23 61 20 41 � — - 89 w z -10 c� z w H � O d � 21 ... ... ... ... Q o -15 0 } J ? SHALE, soft to hard, gray � J � -2C �� T:100(17,�,�� 0 0 � � � � � 0 o -2�- m �- - a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/2/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-128 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN o � w� COORDINATE (X) OR EASTING: LL � } � COORDINATE (Y) OR NORTHING: � � J � APPROX. SURFACE ELEVATION: � w p � LATITUDE: 32.92176 � � � LONGITUDE: -97.34631 � DESCJ�IPTION ��/ �FAT CLAY (CHI, very sti17 fo hard, dark brown to � brown, with limestone nodules, with calcareous o deposits � c� 0 J — i� z —5 � o — m 0 c� z � w w z -10- c� z w H � O d w � o -15- 0 i J � Q � F J � � n � �LO� O> > � � � � � � o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- .. Wo � ZH� �H �H �H UW z �— �— ��� c�n� �� �� v�iZ vaiH� �O J � a— m LL PL PI 30 66 21 45 28 22 PSI Project No.: 03422544 COMPRESSIVE STRENGTH ~ >_ �' Z j TONS/SQ.FT. � � w � � � OHP •UC �UU Za �� a� 0 1 2 3 4 5 � �� O 92 �, U�PTH OF BORING: 6 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/3/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-129 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN o � w� COORDINATE (X) OR EASTING: LL � } � COORDINATE (Y) OR NORTHING: � � J � APPROX. SURFACE ELEVATION: � w p � LATITUDE: 32.92067 � � � LONGITUDE: -97.34808 � DESCJ�IPTION ��/ �FAT CLAY (CHI, very sti17 fo hard, dark brown to � brown, with limestone nodules, with calcareous o deposits � c� 0 J — i� z —5 � o — m 0 c� z � w w z -10- c� z w H � O d w � o -15- 0 i J � Q � F J � � n � �LO� O> > � � � � � � o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- .. Wo � ZH� �H �H �H UW z �— �— ��� c�n� �� �� v�iZ vaiH� �O J � a— m LL PL PI 30 20 16 48 14 34 87 PSI Project No.: 03422544 COMPRESSIVE STRENGTH ~ >_ �' Z j TONS/SQ.FT. � � w � � � OHP •UC �UU Za �� a� 0 1 2 3 4 5 � �� a _ �, U�PTH OF BORING: 6 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/4/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-130 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN o � w� COORDINATE (X) OR EASTING: LL � } � COORDINATE (Y) OR NORTHING: � � J � APPROX. SURFACE ELEVATION: � w p � LATITUDE: 32.92113 � � � LONGITUDE: -97.34717 � DESCJ�IPTION ��/ �FAT CLAY (CHI, very sti17 fo hard, dark brown to � brown, with limestone nodules, with calcareous o deposits � 0 J — i� z —5 � o — m 0 c� z � w w z -10- c� z w H � O d w � o -15- 0 i J � Q � F J � � n � �LO� O> > � � � � � � o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- .. Wo � ZH� �H �H �H UW z �— �— ��� c�n� �� �� v�iZ vaiH� �O J � a— m LL PL PI 17 31 67 23 44 21 PSI Project No.: 03422544 COMPRESSIVE STRENGTH ~ >_ �' Z j TONS/SQ.FT. � � w � � � OHP •UC �UU Za �� a� 0 1 2 3 4 5 � �� O �, U�PTH OF BORING: 6 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/4/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 81 LOG OF BORING B-131 BONDSMF1 DFW 005 SE Corner of Bonds Ranch Road and Blue Mound Road TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN o � w� COORDINATE (X) OR EASTING: LL � } � COORDINATE (Y) OR NORTHING: � � J � APPROX. SURFACE ELEVATION: � w p � LATITUDE: 32.91976 � � � LONGITUDE: -97.34676 ° Q��CRIP�Io�I ��/ �FAT CLAY (CHI, sti to hard ark brown to brown, � with limestone nodules M O N 0 J — i� z —5 � o — m 0 c� z � w w z -10- c� z w H � O d w � o -15- 0 i J � Q � F J � � n � �LO� O> > � � � � � � o -25- m �--- a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- � 0 M N O N M � -45- 0 � z 0 � � � 0 x a -5G- .. Wo � ZH� �H �H �H UW z �— �— ��� c�n� �� �� v�iZ vaiH� �O J � a— m LL PL PI 27 28 74 20 54 28 PSI Project No.: 03422544 COMPRESSIVE STRENGTH ~ >_ �' Z j TONS/SQ.FT. � � w � � � OHP •UC �UU Za �� a� 0 1 2 3 4 5 � �� � o- - 90 0.71 91 �, U�PTH OF BORING: 6 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/27/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 �nt�rt�k RECOVERY DESCRIPTION OF RECOVERY Incompetent Competent Fairly Continuous Continuous DENSITY (GRANULAR) Very Loose (VLo) Loose(Lo) Slightly Compact (SlCmpt) Compact (Cmpt) Dense(De) Very Dense (VDe) TCP FIELD IDENTIFICATION (BLOWS/FT) 0 TO 8 Core (height twice diameter) sags under own weight 8 TO 20 Core can be pinched or imprinted easily with finger 20 TO 40 Core can be imprinted with considerable pressure 40 TO 80 Core can only be imprinted slightly with fingers 80 TO 5"/100 Core cannot be imprinted with fingers but can be penetrated with pencil 5"/100 to Core cannot be penetreted with pencil 0"/100 BEDROCK HARDNESS MORHS' CHARACTERISTICS EXAMPLES APPROXIMATE TCP SCALE PEN TEST 5.5 to 10 Rock will scratch knife Sandstone, Chert, Schist, Granite, Very Hard 0" to Gneiss, some Limestone (VH) 2"/100 3 to 5.5 Rock can be scretched Siltstone, Shale, Iron Deposits, most Hard (H) Y' to with knife blade Limestone 5"/100 Rock can be scratched Gypsum, Calcite, Evaporites, Chalk, 4" to 1 to 3 �,�,ith fingemail some Shale Soft (So) 6"/100 RELATIVE DENSITY FOR GRANULAR SOILS APPARENT SPT DESNITY (BLOWS/FT) Very Loose 0 to 4 CALIFORNIA SAMPLER (BLOWSIFT) OtoS MODIFIED CA. RELATIVE SMAPLER DENSITY(%) (BLOWSIFT) Oto4 Oto15 CONSISTENCY OF ROCK CORES CONSISTENCY Very Soft Soft Hard Very Hard Extra Hard UNCONF. COMP. STRENGTH IN TSF 10 TO 250 250 TO 500 500 TO 1000 1000 TO 2000 >2000 • CONSISTENCY OF COHESIVE SOILS CONSISTENCY N-VALUE SHEAR STRENGTH HAND PEN VALUE (BlowslFoot) (ts� (ts� Very Soft 0 TO 2 0 TO 0.125 0 TO 0.25 Soft 2 TO 4 0.125 TO 0.25 025 TO 0.5 Firm 4 TO 8 0.25 TO 0.5 0.5 TO 1.0 Stiff 8 TO 15 0.5 TO 1.0 1.0 TO 2.0 Very Stiff 15 TO 30 1.0 TO 2.0 2.0 TO 4.0 Hard >30 >2.0 OR 2.0+ >4.0 OR 4.0+ DEGREE OF PLASTICITY OF COHESIVE SOILS DEGREE OF PLASTICITY SWELL POTENTIAL PLASTICITY INDEX (PI) None or Slight 0 to 4 None Low 4 to 20 Low Medium 20 to 30 Medium High 30 to 40 High Very High >40 Very High MOISTURE CONDITION OF COHESIVE SOILS DESCRIPTION Absence of moisture, dusty, dry to touch Damp but no visible water Visible free water �oose 4 to �o s to �s 5 to 12 �s to 35 SAMPLER TYPES Medium Dense 10 to 30 15 to 40 12 to 35 35 to 65 I � � Dense 30 to 50 40 to 70 35 to 60 65 to 85 NO TX�6T SHELBY Very Dense >50 >70 '60 85to100 . SAMPLE CONE TUBE ABBREVIATIONS �o� � � PL — Plastic Limit QP — Hand Penetrometer No RocK SPLIT LL — Liquid Limit Q� — Unconfined Compression Test RECOVERY CORE sPooN WC — Percent Moisture UU — Unconsolidated Undrained Triaxial �I 0 INITIAL GROUND WATER Note: Plot Indicates Compressive Strength as Obtained By — Above Tests AUGER � FINAL GROUND WATER SAMPLE U.S. STANDARD SIEVE SIZE(S) CLASSIFICATION OF GRANULAR SOILS 6" 3" 3/4" 4 10 40 200 � BOULDERS I COBBLES i COAR E�VE FINE I COARSE � MEDIUM � FINE I SILT OR CLAY 152 76.2 19.1 4.76 2.0 0.42 0.074 GRAIN SIZE IN MM KEY TO TERMS AND SYMBOLS USED ON LOGS ROCK CLASSIFICATION ROCK QUALITY DESIGNATION (RQD) % CORE DESCRIPTION OF ROCK RQD RECOVERY QUALITY < 40 Very Poor (VPo) 0 TO 25 Poor (Po) 25 TO 50 40 TO 70 Fair (F) 50 TO 75 70 TO 90 Good (Gd) 75 TO 90 90 TO 100 Excellent (Exlnt) 90 TO 100 SOIL DENSITY OR CONSISTENCY CONSISTENCY (COHESIVE) Very Soft (VSo) Soft (So) Stiff (St) Very Stiff (VSt) Hard (H) Very Hard (VH) CONDITION DRY MOIST WET I CLAY 0.002 SOIL TYPES � � � LL4Y �LLj CLAY (CHj SILT � � � LIMESTONE SHALE SAN�STONE � O o � SANO GRAVEL FILL a.: ,.o.� b: �:Q� : i ASPHALT CONCRETE 0 � 0 � 0 v 0 M N— O O— . rhesion (psf) 100 Phi (deg) 18 � i i �� � � i �� � i i � � � i i � � � i i � � � � i �� � i i � � � i i � � � i i �� � � i �� � i i � � � i i � � � i i �� � � i �� � i i � � � i i � � � i i � � � � i �� � � �� � � i � � � i i �� 0 10 20 30 40 50 60 70 80 90 Project Group � ro c sc i e n ce DrawnBy Date SLIDEINTERPRET 9.007 Group 1 R. Christensen Bonds Ranch Multifamily Scenario Company File Name Master Scenario Intertek-PSI Global Stability.slmd �nt�rt�k � �� GEOTECHNICAL ENGINEERING SERVICES REPORT For the proposed BONDSBTR-DFW-006 Single Family Rentals SE Corner of Bonds Ranch Road and Blue Mound Road Fort Worth, Texas Prepared for HPIMF Bonds Land DFW002, LLC 3700 North Capital of Texas Highway, Suite 420 Austin, Texas 78746 Prepared by Professional Service Industries, Inc. 310 Regal Row, Suite 500 Dallas, Texas 75247 Telephone (214) 330-9211 PSI Project No. 03422543 March 29, 2023 �nt�rt+�k ��� Ma��n zs, zo23 HPIMF Bands Land DFW(IO2, ilC 37f3� North Capita{ of Texas Highway, Su€te 420 Austir�, Texas 78746 Attn: Mr. Tim Shaughnessy P: (512) 538-1034 E: Tim@hpitx.com Re: Geotechnical Engineering Services Report BONDSBTR-QFW-006 Single Family Rentals SE Corner of Bonds Ranch Road and Blue Mound Road Fort Worth, Texas PSI Project No.: 034�2543 Dear Mr. Shaughnessy: Professional Service Industries, Inc. (PSI) is pleased to provide this Geatechnical Engineering Services Report for the proposed BONDSBTR-DFW-006 to be located at the southeast corner of Bonds Ranch Road and Blue Mound Road in Fort Worth, Texas. This report includes the results of field and limited laboratory testing, and recommendations #or building foundations and associated parking and drive areas, as well as general site development. It should be noted that this report is performed for rental properties ONLY and not for individuai lots and should not be relied upon in case these hames are for sale. PSI appreciates the opportun'rty to perform this geotechnical study and looks forward to continued participation during the design and construction phases of this project. If you have any questions pertaining to this report, or if PSI may be of further service, please contact our office at 214-33Q-9211. PSI also has great interest in providing materials testing and inspection senrices during the construction of this project. If you will advise us of the appropriate time to discuss these engineering services, we wil� be pleased to meet with you at your convenience. Respectfu�ly submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. (Registered Engineering Firm Certification: F-3307) -���cc�r�rr �'�rr,Gc��.�c Houtan Khabazi Project Engineer { Richard Christensen, P.E. �epartment Manager .`ti�-�.���, },;.�1 .�''�,� �,� E �1 F �,,t � 1� �' .** �, �;��'�(a'! °'� /�j�' - �'�S� y f ���•.,.. ���i S •�a •...... : . ,� �- � ;���, ° �`�-�'���h�-t,i ' '� F = � '�'28 `Z'�� `•�<4 �� � � ��� °.::� �j� djt i���ta��`���..�.� t��,lii�w`� ., Nabil Mikhail, P.E, D.GE. Chief Engineer V : u�t�rt�k TABLE OF CONTENTS Page No. 1.0 PROJECT INFORMATION ....................................................................................... 1 1.1 Project Authorization .......................................................................................... 1 1.2 Project Description ............................................................................................. 1 1.3 Purpose and Scope of Services ......................................................................... 2 2.0 SITE AND SUBSURFACE CONDITIONS ..................................................................... 3 2.1 2.2 2.3 2.4 2.5 2.6 Site Location and Description .......................................................................... FieldExploration .............................................................................................. LaboratoryTesting ........................................................................................... SiteGeology .................................................................................................... Subsurface Conditions ..................................................................................... Groundwater Information ................................................................................. 3 3 5 6 6 7 3.0 EVALUATION AND RECOMMENDATIONS ................................................................8 3.1 3.2 3.3 3.4 3.5 3.6 Soil Shrink-Swell Potential ................................................................................. 8 Geotechnical Discussion .................................................................................... 8 Site Preparation and Fill Materials ..................................................................... 9 Foundation Recommendations .........................................................................12 SeismicDesign .................................................................................................13 Lateral Earth Pressures for Retaining Walls ......................................................13 4.0 PAVEMENT RECOMMENDATIONS .......................................................................16 4.1 Subgrade Soil Preparation ................................................................................16 4.2 Pavement Section .............................................................................................16 S.0 CONSTRUCTION CONSIDERATIONS ......................................................................19 5.1 Secondary Design Considerations ....................................................................19 5.2 Construction Materials Testing ..........................................................................20 5.3 Moisture Sensitive Soils/Weather Related Concerns ........................................20 5.4 Drainage and Groundwater Concerns ...............................................................20 5.5 Excavations ......................................................................................................20 6.0 REPORT LIMITATIONS ......................................................................................... 22 APPENDIX Site Vicinity Map (Figure 1) Aerial Plan with Boring Location (Figure 2) Boring Location Plan (Figure 3) Boring Logs Key to Terms and Symbols Used on Logs � � 1.1 Proiect Authorization Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 1 1.0 PROJECT INFORMATION Professional Service Industries, Inc. (PSI) has completed the geotechnical exploration forthe BONDSBTR-DFW- 006 Single Family Rentals to be located at the southeast corner of Bonds Ranch Road and Blue Mound Road in Fort Worth, Texas. This geotechnical engineering study was authorized by Mr. Tim Shaughnessy with HPIMF Bonds Land DFW002, LLC by signing PSI's Proposal Acceptance. The scope of the study was performed in general accordance with PSI Proposal No. 0342-390621 dated January 12, 2023. 1.2 Prolect Description Project information was provided to PSI by Mr. Tim Shaughnessy with HPIMF Bonds Land DFW002, LLC. The information provided included the project site location and a site plan. Based on the information provided, it is understood that the proposed development consists of the following: • Approximately 150 single family rental building lots; and • Parking and access drives. Structural loading information was not available at the time of this report. However, based on experience with similar structures, the anticipated loads are detailed below. • Column loads for multifamily building will be 100 kips or less; • Wall loads less than 3 kips per linear foot; and • Slab loads not exceeding 150 pounds per square foot for single family rentals. For the proposed pavement, PSI anticipates that traffic loads will be produced primarily by passenger vehicles, light pickup trucks, occasional delivery semi-trucks, and occasional garbage trucks. Both asphalt and concrete pavements will be considered for this project. Based on the information provided it appears that the site is currently undeveloped land. Currently, the site consists of farmland areas. Based on provided preliminary elevation information "PRELIM GRADING PLAN" dated January 2023 provided by Pacheco Koch, the site appears to have 10 feet of difference in elevation from north to south. Three (3) feet of fill must be removed mostly on the north and northwest side of the project site. High voltage power lines are located on the south side of the project site. A pond was observed on the southeast part of the site between 2005 and 2008 and then has been backfilled but it is our understanding that this fill is undocumented. Site grading information was provided at the time of this report. It is anticipated that the finished grades within the proposed building area will be within 3 feet of existing grade. The geotechnical recommendations presented in this report are based on the available project information, site location, laboratory testing, and the subsurface materials described in this report. If any of the noted information is incorrect, please inform PSI in writing so that we may amend the recommendations presented in this report if appropriate and if desired by the client. PSI will not be responsible for the implementation of its recommendations when it is not notified of changes in the project. www.intertek.com/building � 1.3 Purpose and Scope of Services Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 2 The purpose of this study was to explore the subsurface conditions at the site and to provide geotechnical evaluation and recommendations for the proposed construction. The scope of work for this project included drilling 31 borings extending to a depth of approximately 6 to 25 feet below the existing grade. The scope also included performing laboratory testing and preparing this geotechnical report containing geotechnical recommendations. This report briefly outlines the testing procedures, presents available project information, describes the site and subsurface conditions, and presents recommendations regarding the following: • Site preparation recommendations; • Estimated potential soil movements associated with shrinking and swelling soils; • Foundation types, depths, allowable bearing capacities, and an estimate of potential movements for the single-family rental buildings; • General pavement section design criteria and pavement subgrade preparation; • Definition of the seismic site class using the International Building Code; and • Comments regarding factors that may impact construction and performance of the proposed construction. The scope of services did not include an environmental assessment for determining the presence or absence of wetlands, or hazardous ortoxic materials in the soil, bedrock, surface water, groundwater, or air on or below, or around this site. Any statements in this report or on the boring logs regarding odors, colors, and unusual or suspicious items or conditions are strictly for informational purposes. Our scope did not include performing environmental drilling or testing of soil or groundwater samples. A geologic fault study to evaluate the possibility of surface faulting at this site was beyond the scope of this investigation. Should you desire a detailed fault study, please contact us. www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 3 2.0 SITE AND SUBSURFACE CONDITIONS 2.1 Site Location and Description The project site is located at Southeast Corner of Bonds Ranch Road and Blue Mound Road in Fort Worth, Texas. Based on visual observations at the time of drilling the site consisted of farmland cover. Due to recent rains and muddy conditions, a buggy-mounted drill rig was used to drill the borings. The buggy rig experienced no issues accessing and drilling the exploratory borings. 2.2 Field Exploration Subsurface conditions at the site were explored by drilling 31 borings at the approximate locations shown on the Boring Location Plan included in the Appendix. The borings were located in the field by PSI personnel using GPS coordinates obtained from Google Earth. The boring location information is included in Table 2.1. Table 2.1: Boring Location Information Boring goring Location Depth GPS Coordinates Number (feet) Latitude Longitude B-1 B-2 B-3 B-4 B-5 B-6 B-7 B-8 B-9 B-10 B-11 B-12 B-13 B-14 B-15 B-16 B-17 Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building Single Family Building 40 40 30 25 20 25 20 25 20 25 20 25 20 25 25 20 25 32.91934 -97.34463 32.91985 -97.34459 32.91987 -97.34523 32.91933 -97.34572 32.92022 -97.34563 32.91980 -97.34585 32.92168 -97.34532 32.92213 -97.34573 32.92227 -97.34516 32.92283 -97.34494 32.92200 -97.34454 32.92249 -97.34454 32.92392 -97.34558 32.92347 -97.34532 32.92304 -97.34586 32.92346 -97.34630 32.92391 -97.34613 www.intertek.com/building � Boring Number Boring Location B-18 Single Family Building B-19 Single Family Building B-20 Single Family Building B-21 Single Family Building B-22 Single Family Building B-23 Single Family Building B-24 Single Family Building B-25 Single Family Building B-26 Single Family Building B-27 Single Family Building B-28 Single Family Building B-29 Drive Lanes B-30 Drive Lanes B-31 Drive Lanes Note: GPS coordinates are based on hand-held GPS unit. Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 4 Depth (feet) 20 20 20 25 25 20 20 25 20 20 25 6 6 6 GPS Coordinates Latitude Longitude 32.92400 -97.34667 32.92320 -97.34685 32.92365 -97.34711 32.92396 -97.34769 32.92305 -97.34767 32.92338 -97.34772 32.92396 -97.34843 32.92366 -97.34798 32.92345 -97.34847 32.92306 -97.34843 32.92393 -97.34483 32.92055 -97.34526 32.92113 -97.34516 32.92244 -97.34555 Elevations of the ground surface at the boring locations were not provided to PSI and should be determined by others prior to construction. Therefore, the references to depth of the various materials encountered are from the existing grade at the time of drilling. The borings were drilled and sampled in general accordance with ASTM standards. Drilling equipment utilized for this project included truck-mounted rotary drilling equipment with appropriate support vehicles. The borings were drilled using continuous flight auger drilling techniques. The borings were sampled continuously to the depth of 10 feet and at five-foot intervals thereafter. Soil formations were sampled using a three-inch outer-diameter seamless steel tube sampler. A hand penetrometer was used as an aid in evaluating the relative shear strength of the soils encountered during drilling. The hand penetrometer readings are shown on the boring logs at the corresponding sample depths. Rock formations were tested using Texas Cone Penetrometer (TEX-132-E). Groundwater level measurements were recorded at boring locations during the field operations and were noted on the boring logs. The borings were backfilled with soil cuttings after the drilling operations were completed. www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 5 The subsurface conditions during drilling were monitored, logged and visually classified in the field by a geotechnical technician. Field notes were maintained for soil types and description, water levels, changes in subsurface conditions, and drilling conditions. After completion of field activities, the samples were transported to the laboratory in general accordance with ASTM D4220. The soil samples were sealed in plastic bags and placed in secured containers prior to being transported to the geotechnical laboratory. Boring logs, which include soil descriptions, water level information, laboratory test data, stratifications, classifications based on the ASTM D2487 and D2488, and sample types and depths are included in the Appendix. A key to descriptive terms and symbols used on the boring logs is also presented in the Appendix. 2.3 Laboratory Testin� Laboratory testing of soils was performed in general accordance with applicable ASTM procedures. The laboratory testing program was established so that the engineering design parameters produced from the tests are appropriate for use in the engineering analyses and in support of the conclusions and recommendations. The geotechnical laboratory testing included the following tests: 1. Classification (ASTM D 2487 / 2488) 2. Moisture Content (ASTM D 2216) 3. Atterberg Limits (ASTM D 4318) 4. Percent Soil Particles Finer than No. 200 Sieve (ASTM D 1140) 5. Unconfined Compression Test (ASTM D 2166) 2.3.1 Sulfate Concentration Test Results The results of the laboratory sulfate ion concentration test (TEX-145-E) performed on soil samples obtained at select boring locations are presented in Table 2.2. Table 2.2: Sulfate lon Concentration Test Results Boring Number B-4 B-8 B-12 B-20 B-30 Soil Classification Fat Clay (CH) Fat Clay (CH) Fat Clay (CH) Fat Clay (CH) Fat Clay (CH) Depth Sulfate Concentration (feet) (ppm) 9, 800 4 to 6 (�0.98% by weight) 2 to 4 <100 (0.01% by weight) <100 0 to 2 (<0.01°/a by weight) <100 2 to 4 (�0.01% by weight) 15,800 4 to 6 (�1.58% by weight) www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 6 Table 2.3: Sulfate Exposure Ratin Water Soluble Sulfate in soil (Percent by weight) 0.00 to 0.10 0.10 to 0.20 0.20 to 2.00 Over 2.0 Sulfate Exposure Negligible or Class 0 Exposure Moderate or Class 1 Exposure Severe or Class 2 Exposure Very Severe or Class 3 Exposure The concentration of water-soluble sulfates is a good indicator of the potential for chemical attack on concrete. Based on the ACI Manual of Concrete Practice (ACI 201.2R-10) or (ACI 318/318R-33), the amount of water-soluble sulfate in soil can be used to determine the sulfate exposure as shown in Table 2.3. Based on the limited test results, the sample at B-4 at a depth of 4 to 6 feet and at B-30 at a depth of 4 to 6 feet is classified as Severe or Class 2 Exposure. The remaining samples classified as Negligible or Class 0 Exposure. It should be realized that limited testing alone might not provide a reliable indication of corrosion potential. In accordance with TxDOT publication, "Guidelines for Treatment of Sulfate-Rich Soils and Base in Pavement Structures", the sample at location B-4 and B-30 at a depth of 4 to 6 feet is classified as "Level 2" soils because they have a sulfate content more than 8,000 ppm. As such, lime treatment of pavement subgrade soils is not recommended. The samples not tested in the laboratory will be stored for a period of 60 days subsequent to submittal of this report and will be discarded after this period, unless other arrangements are made prior to the disposal period. 2.4 Site Geolo�v As shown on the Geologic Atlas of Texas, the site is located in an area where the Pawpaw Formation, Weno Limestone, and Denton Clay, undivided are present at or near the ground surface. In the project area, the subsurface generally consists of fat clays overlaying by shale which is consistent with the Denton Clay geology. 2.5 Subsurface Conditions The subsurface conditions identified at the boring locations are shown on the boring logs included in Appendix of this report. A key to terms and symbols used on the logs is also included in Appendix. Based on the subsurface conditions identified by the exploratory borings and partial laboratory test results, the generalized subsurface profile at this site is presented in Table 2.4. www.intertek.com/building � Stratum Depth Range (feet) 11 0 to 7 II 0 to 20 III 13 to 40 Notes: 1) Fill observed in the portion of the site where the pond has been backfilled. The above subsurface description is of a generalized nature to highlight the major subsurface stratification features and material characteristics. The boring logs included in the Appendix should be reviewed for specific information at individual boring locations. These records include soil descriptions, stratification, locations of the samples, and laboratory test data. The stratification shown on the boring logs represent the conditions only at the actual boring locations. Variations may occur and should be expected across the site. The stratification represents the approximate boundary between subsurface materials and the actual transition may be gradual. Water level information obtained during field operations is also shown on the boring logs. 2.6 Groundwater Information The initial water levels were monitored in the open boreholes during drilling and attempts were made to measure final water levels. Groundwater was encountered only at B-3, B-11 and B-27 as shown in Table 2.5, and all remaining boreholes were observed to be dry during and at completion of drilling. Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 7 Table 2.4: Generalized Subsurface Profile Description Fill — Fat Clay Fat Clay (CH), hard, dark brown to brown, with calcareous deposits and limestone nodules Shale, soft to hard, gray Table 2.5: Groundwater Measurements Durin� Field Boring Number B-3 B-11 B-27 Boring Depth 30 20 20 Water Depth During Drilling (feet) 16 rations Water Depth at the Completion of Drilling (feet) D ry 19 D ry Groundwater levels fluctuate seasonally as a function of rainfall, proximity to creeks, rivers and lakes, the infiltration rate of the soil, seasonal and climatic variations and land usage. Water seepage will largely depend on the permeability of the near surface soils. If more detailed water level information is required, observation wells or piezometers could be installed at the site, and water levels could be monitored. The groundwater levels presented in this report are the levels that were observed at the time of the field activities. It is recommended that the contractor determine the actual groundwater levels at the site at the time of the construction activities to determine the impact, if any, on the construction procedures. www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 8 3.0 EVALUATION AND RECOMMENDATIONS 3.1 Soil Shrink-Swell Potential The results of laboratory plasticity tests indicate that very high plasticity clay soils are present at this site. The soils tend to swell when soil moisture increases and shrink when the soil moisture decreases. The amount of potential soil movement due to shrinking and swelling with soil moisture variations is represented or indicated by Potential Vertical Rise (PVR). In designing the soil-supported structures, the structural/civil engineer should take movements associated with shrinking-swelling soils into account. PVR estimates are based on an assumed depth known as the "Active Depth" to which the soil moisture variations could occur due to seasonal variations. It is noted that the active depth assumed herein may not represent the moisture variations that can occur to deeper depths due to the presence of large tree root systems that could desiccate the soils, or the presence of other heating units, or possible soil wetting due to pipe leaks, poor drainage, etc. It is very difficult to predict the moisture variations under the structure during its service life. Therefore, the PVR estimates provided herein should be considered approximate probable estimates based on industry standard practice and experience, and the movements predicted herein should not be construed as absolute values that could occur in the field. Using the Texas Department of Transportation (TXDOT) TEX-124-E method, the estimated PVR value is on the order of 3 to 4 inches. Poor drainage and water infiltration into the foundation soils can be detrimental to the ground supported structures. Excessive wetting of soil (due to accumulation of water), or, excessive drying (due to the presence large trees, etc.) could possibly result in greater PVR values than those estimated herein. It is recommended that the moisture-related problems be corrected immediately. It is importantto help reduce the possibility of moisture changes byfollowing the precautions shown below: 1. Direct surface runoff away from structures by sloping the subgrade away from the floor slabs. 2. Extend paving or other impervious coverings, such as sidewalks, to the slab edge. 3. Extend roof drain downspouts so that the discharge is at least 5 feet from the slab. 4. Avoid placing trees or shrubs adjacent to slab. 5. Avoid excessive drying of soil around the slab. 3.2 Geotechnical Discussion Based on the subsurface conditions encountered at this site, the presence of very high plasticity clay soils will govern the design of the foundation and will impact the proposed earth work activities. PSI understands that monolithic, post tensioned slab on grade foundations are the preferred foundation for these single- family rental buildings. A creek runs north to south across the site. Based on the plans provided and email correspondence with the civil team, we understand that the creek will be graded to a 4(H):1(V) slope and no deeper than 10 feet, and that no foundations will be closer than 7.5 feet from the edge of the creek. A slope stability analysis was performed and a Factor of Safety greater than 2 was obtained. Results are shown in the Appendix. www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 9 Based on the information from the borings (B-1, B-2, B-3), and historical aerial photographs, the old pond location consists of 4 to 7 feet of undocumented fill materials. The materials could be non-uniform and could contain deleterious materials or large voids in localized area. The fill should not be relied upon for support of structural loads. Structures and pavements supported on non-uniform and compressible materials may experience excessive or un-even settlements unless actions are taken to remediate this deficiency. We recommend that the fill soils should be removed. If the backfill material is clean of deleterious material and meets the requirements for common fill according to the original geotechnical report then it can be reused as backfill. Otherwise, soils meeting the common fill specification should be brought in. The fill soils should be benched into the surrounding existing soils and should be compacted according to the compaction specification in Section 3.3.3 Fill Materials. The building may be supported on post tensioned slab on grade on properly prepared building pad and the risk associated with the shrinking and swelling movements are acceptable. Typically, it isthe industry practice to consider one-inch soil movement as the tolerable level and building pad are prepared to reduce the movements to 1-inch. Even with soil movements on the order of 1-inch, the building may have performance issues and cause the doors to stick due to uneven moments and the interior dry walls to crack. For any ground supported structure or floor slabs, it will be necessary to perform modifications to the subgrade in order to provide uniform support. Detailed geotechnical recommendations are presented in the following sections. 3.3 Site Preparation and Fill Materials 3.3.1 General Site Preparation: The following site preparation applies to the proposed building and pavement construction areas. It is recommended that the topsoil, organic material, fill materials and other miscellaneous debris be removed from the construction areas. The removal depth or organic material is generally about 6 inches but should be verified in the field during construction. A PSI representative should determine the actual depth of removal at the time of construction. After stripping of deleterious materials, the site should be excavated to the desired grade. Desired grade will depend on building or parking lot finished elevation and the depth of any subgrade modifications as discussed below for building pad preparation. The exposed soil should then be proof-rolled to locate any soft or loose areas. Proof-rolling shall be performed in accordance with Item 216 of Texas Department of Transportation (TxDOT), Standard specification for construction of highways, streets and bridges (TxDOT Spec) or equivalent procedure. Soils that are observed to rut or deflect excessively under the moving load should be undercut and replaced with properly compacted fill materials. A PSI representative should witness the proof-rolling and undercutting activities. It is advisable to perform the earthwork activities during a period of dry weather. The proof rolled subgrade shall be scarified to a depth of 6-inches and compacted to the "on-site soils" compaction specifications as shown in Table 3.3. After the completion of proof-rolling and undercutting activities, necessary fill placement may commence. 3.3.2 Building Pad Preparation: A ground supported slab can be constructed provided the movements associated with shrinking and swelling soils are reduced to a tolerable level and the owner understands the risk associated with such movements. In order to reduce the soil movements, it has been the industry practice to provide an engineered soil layers belowthe ground supported slab system. As requested bythe client, building pad preparation recommendations are included in this report for potential soil movements associated with shrinking and swelling soils up to 2-inches. www.intertek.com/building � Option 1: Select Fill Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 10 In order to provide uniform support to the floor slab-on-grade and to reduce the potential movements associated with shrink/swell soils, the engineered soil layers to be placed below the floor slab are given in Table 3.1. Table 3.1: Select Fill Recommendations PVR Material Type Layer Thickness Elevation (feet) (feet) 1-inch 2-inch Select Fill Select Fill 0 � Note(s): Finish Grade is anticipated to be at existing grade at +0 feet. +0 to -6 +0 to -4 The select fill should be placed within the plan area of the structure and to a distance of at least 5 feet beyond the perimeter of the structure and include building entrances and flatwork sensitive to movements. Plasticity and compaction requirements for the select fill are provided later in this section. Option 2: Moisture Conditioned Clay For this option, in order to reduce the PVR to tolerable levels and provide uniform support to the floor slab system and to reduce the potential movements associated with shrink/swell soils, the engineered soil layers to be placed below the floor slab are given in Table 3.2. Table 3.2: Moisture Condition C PVR 1-inch Material Type Select Fill, Flexible Base Cap, or Lime Stabilized Clay Cap Moisture Conditioned Clay Select Fill, Flexible Base Cap, or Lime 2-inch Stabilized Clay Cap Moisture Conditioned Clay lay Recommendations Layer Thickness (feet) 1 7 1 4 Note(s): Finished Grade is anticipated to be at existing grade at +0 feet. Elevation (feet) +0 to -1 -1 to -8 +0 to -1 -1 to -5 The moisture conditioned soil should be placed within the plan area of the structure and to a distance of at least five feet beyond the perimeter of the structure and include building entrances and flatwork sensitive to movements. Placement and compaction requirements are provided in Table 3.3 in this section. For this option, moisture levels must be maintained throughout the life of the project. It is noted that if the moisture conditioned clay dries there is possibilityfor shrinking movements to occur. Keeping the soils www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 11 moist can be accomplished by the addition of landscape irrigation and construction of impermeable surfaces such as the floor and site paving to limit moisture loss. Largervegetation should be placed at least the mature height of the vegetation away from the structure to limit the impact of the root system on the soils supporting the floor slab. 3.3.3 Fill Materials: Fill materials should be free of organics, miscellaneous debris and a particle size of 3 inches or less. If water must be added, it should be uniformly applied and thoroughly mixed into the soil by disking or scarifying. Care should be taken to apply compaction throughout the fill areas. The moisture content and degree of compaction of the fill should be maintained until the construction of structures. Each lift of select fill should be tested by a representative of the geotechnical engineer prior to placement of subsequent lifts. The following types of fill can be used as recommended in this report. Common Fill: Common fill may consist of on-site or imported materials. Imported common fill should be cohesive soils with a plasticity index of less than 45, free of organics and miscellaneous debris and have a particle size of 3 inches or less. The first layer of common fill materials should be placed in a relatively uniform horizontal lift and be adequately keyed into the prepared subgrade soils. Common fill should be placed in maximum 8-inch loose lifts and compacted to the specifications as shown in Table 3.3. Moisture Conditioned Clay Fill: Moisture conditioned fill is on-site or imported cohesive soil (common fill) that is pre-swelled by mechanically mixing water during the compaction process which is also referred as Moisture Treated Subgrade (MTS). The first layer of moisture conditioned fill should be placed in a relatively uniform horizontal lift and be adequately keyed into the prepared subgrade soils. Moisture Conditioned Fill shall have a clay lump size of less than 2-inches. Moisture Conditioned Fill should be placed and compacted to the specifications as shown in as shown in Table 3.4. Select Fill: Select fill materials shall be sandy lean clay or lean clay (CL) soils free of organics and miscellaneous debris and have a liquid limit not greater than 35 and a plasticity index between 8 and 18. Clayey Sand soils that meet the above plasticity requirements and have a percent passing no. 200 greater than 40% may be reused as select fill. Select fill should be placed and compacted to the specifications as mentioned in Table 3.3. Flexible Base: Flexible base materials should meet TxDOT Item 247 Type A and D Grade 1 or 2. Recycled concrete can be used. Flexible base should be placed and compacted to the specifications as mentioned in Table 3.3. Table 3.3: Compaction Specifications Minimum Percent of Range of Compaction Fill Type Loose Lift Maximum Dry Moisture From ProctorTest Thickness Density (MDD) Optimum Moisture Method Content (OMC) Common Fill or On-site Soils Moisture Conditioned Soils Select Fill Flexible Base 8 inches 8 inches 8 inches 8 inches 95 or greater 93 or greater 95 or greater 95 or greater 0% to +4% +3% orgreater 0°/a to +4°/a -2% to +2% ASTM D 698 ASTM D 698 ASTM D 698 ASTM D 698 www.intertek.com/building � 3.4 Foundation Recommendations Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 12 The proposed wood-frame apartment buildings can be supported on a PTI Slabs-on-Ground foundation system, provided that some differential movement can be tolerated and provided the recommended subgrade preparation activities are performed. Shallow foundations should be placed at least two feet below the finished grade on properly compacted structural fill soils and can be designed for an allowable bearing pressure of 1,500 psf. A creek runs north to south across the site. Based on the plans provided and email correspondence with the civil team, we understand that the creek will be graded to a 4(H):1(V) slope, and that no foundations will be closer than 7.5 feet from the edge of the creek. A slope stability analysis was performed and a Factor of Safety greater than 2 was obtained. Results are shown in the Appendix. Stiffened slab-on-grade foundation system may be designed using the Third Edition of the Post-Tensioning Institute (PTI)1 "Design of Post-Tensioned Slabs-on-Ground" and the Volflo 1.5 design software. PTI design parameters were developed and are presented in the Table 3.4. The design values correspond to different PVR estimates based on the building pad preparations performed at the site. PVR (inches) Table 3.4: PTI Design Parameters Center Lift Edge Lift Em (feet) Ym (in) Em (feet) : �� -1.33 4.20 7.50 -1.59 3.90 Ym �Ifl� 1.91 2.28 The grade beams should have a minimum width of 10 inches even if the actual bearing pressure is less than the design value. The perimeter grade beams should bear at least 24 inches below adjacent surface grades (i.e. bottoms of beams and pads should bear at least 24 inches below the adjacent ground surface). If soft or loose soils are encountered at the design bearing level, they should be undercut to stiff or dense soils and the excavation back-filled with concrete. Resistance of shallow spread footings to lateral forces is provided by the sliding resistance mobilized along the underside of the foundation base (friction and/or adhesion) and the net passive resistance of the soil acting over the opposing side faces of the foundation. For design purposes, the sliding resistance and net passive soil resistance can be assumed to develop simultaneously. For shallow foundations founded on naturally occurring clay or compacted cohesive structural fill, a unit adhesion (Ca) of 550 psf could be assumed for design along the area of the underside of the foundation base. The net passive resistance offered by a foundation is equal to the difference between the passive and active earth pressures (Pp and Pa) generated on the opposite side faces normal to the acting lateral load. A 1 Post-Tensioning Institute (PTI DC 10.1-08)- Design of Post-Tensioned Slabs-on-Ground, by the Post-Tensioning Institute, Third Edition 2004 www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 13 passive lateral earth pressure coefficient (Kp) of 1.3 and active lateral earth pressure coefficient of 0.33 can be used. The uplift resistance of a shallow foundation formed in an open excavation will be limited to the weight of the foundation concrete and the soil above it. For design purposes, the ultimate uplift resistance should be based on effective unit weights of 120 and 150 pcf for soil and concrete, respectively. This value should then be reduced by an appropriate factor of safety to arrive at the allowable uplift load. If there is a chance of submergence, the buoyant unit weights should be used. The foundation excavations should be observed by a representative of PSI prior to steel or concrete placement to assess that the foundation materials are capable of supporting the design loads and are consistent with the materials discussed in this report. Soft or loose soil zones encountered at the bottom of the grade beam excavations should be removed and replaced with properly compacted fill as directed by the geotechnical engineer. After opening, grade beam excavations should be observed, and concrete placed as quickly as possible to avoid exposure of the grade beam bottoms to wetting and drying. Surface run-off water should be drained away from the excavations and not be allowed to pond. If possible, the foundation concrete should be placed during the same day the excavation is made. If it is required that grade beam excavations be left open for more than one day, they should be protected to reduce evaporation or entry of moisture. An allowable bearing pressure of 400 psf can be used for slab-on-grade bearing on compacted select fill. A vapor retarder such as polyethylene sheeting should be provided directly beneath the ground supported slab. Adequate construction joints and reinforcement should be provided to reduce the potential for cracking of the floor slab due to differential movement. 3.5 Seismic Desi�n The International Building Code (IBC) was used in this report. As part of this code, the design of structures must consider dynamic forces resulting from seismic events. These forces are dependent upon the magnitude of the earthquake event, as well as, the properties of the soils that underlie the site. Part of the IBC code procedure to evaluate seismic forces requires the evaluation of the Seismic Site Class, which categorizes the site based upon the characteristics of the subsurface profile within the upper 100 feet of the ground surface. To define the Seismic Site Class for this project, we have interpreted the results of our test borings drilled within the project site and estimated appropriate soil properties below the base of the borings, as permitted by the code. The estimated soil properties were based upon data available in published geologic reports as well as our experience with subsurface conditions in the general site area. Based upon the evaluation, the subsurface conditions within the site are consistent with the characteristics of the Seismic Site Class E as defined in the building code. 3.6 Lateral Earth Pressures for Retainin� Walls It is anticipated that cast-in-place retaining walls of height up to 5 feet may be constructed, and that these walls will be designed by others. The earth pressure on a stem wall depends on the extent, degree of compaction and the type of backfill that will be placed behind the stem wall. At this time, the type of www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 14 compacted fill to be placed behind the wall is unknown. The compaction requirements of the back-fill material are provided in section 3.3. Equivalent fluid pressure values (for active earth pressure condition) for various compacted back-fill material types are shown in Table 3.3. Table 3.4 shows active and at rest earth pressure coefficients. Active earth pressure condition is applicable if horizontal movement can occur along the wall height. If the walls are restrained at the top, at-rest earth pressure condition is applicable. The equivalent fluid pressure values shown in Table 3.3 are applicable for horizontal backfill surface. The values in tables are applicable if the backfill behind the wall extends to a minimum distance equal to the wall height. The earth pressure values for the above watertable condition correspond to the total unit weight of soil and the earth pressure values for the below water table condition correspond to the buoyant or submerged unit weight of soil, excluding the hydrostatic pressure. Drainage systems should be provided to collect/remove water and to prevent hydrostatic pressure on the walls. If provisions to prevent accumulation of water behind the walls are not provided, the walls should be designed to resist the hydrostatic head in addition to the buoyant lateral earth pressures. The hydrostatic pressures should be accounted for the full height of the wall. It is anticipated that the drainage system consists of a drainage fabric along the wall which is connected to a drain located at the heel of the wall. The heel drain could consist of fabric wrapped gravel with perforated PVC pipe. Any additional lateral loads due to surcharge and live loads should also be included in the design. A minimum uniform surcharge pressure of 250 psf should be included in the design for the pavement and traffic loads. The lateral pressure on the wall due a uniform surcharge load can be taken as earth pressure coefficient values shown in Table 3.4 multiplied by the surcharge pressure. PSI should be contacted to assess the earth pressures, if any structures are located within close proximity of the retaining wall. Material Type Table 3.3: Equivalent Fluid Pressures Pounds per Square Foot per Foot of Wall Height) Active Condition At Rest Condition (Horizontal (Horizontal Backfill) Backfill) Above Water Below Watera Above Water Below Watera Common Fill or Natural Soil Select Fill 61 31 82 41 42 21 63 31 Flexible Base or Free Draining 34 17 54 27 Sand (less 10% fines) or Gravel (C33 Size 57) Notes: (a) Lateral earth equivalent fluid pressures were calculated using submerged unit weight of soil and the pressure does not include the hydrostatic fluid pressure of 62.4 psf per foot depth due to differential water levels that occur in-front of the wall and behind the wall. (b) Values provided correspond to soils compacted in according to Section 3.3 Site Preparation and Fill Materials. (c) If flexible base or sand or gravel are used, a minimum of two feet of clay should be placed over the materials. www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 15 Table 3.4: Lateral Earth Pressure Coefficients Material Type Active Condition At-Rest Condition (Horizontal Backfill) Horizontal Backfill Common Fill or Natural Soil 0.49 �.. Select Fill Flexible Base, or, Free Draining Sand (less 5% fines), or, Gravel (ASTM C33 Size= 57) 0.33 0.27 0.50 0.44 www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 16 4.0 PAVEMENT RECOMMENDATIONS 4.1 Sub�rade Soil Preparation Based on subsurface soil information, PSI recommends that 12 inches of select fill can be provided below the pavement materials. Select fill should be compacted as provided in Section 3.3 Earthwork and Fill Materials of this report. Due to the presence of sulfates at the site, the use of lime stabilization is not recommended. As an alternative to preparing the subgrade, the design pavement thickness of rigid pavement can be increased by one inch in addition to the recommended pavement thickness provided in Table 4.1. The thicker pavement section will be constructed over 6 inches of scarified and re-compacted subgrade instead of select fill subgrade. Structurally, both designs (i.e., pavement over select fill subgrade and pavement with greater thickness over natural soils) are more or less equal. However, it is our opinion that the pavement with select fill subgrade will perform better than the pavement with 1-inch additional thickness on natural soil. This is primarily due to environmental and drainage factors affecting the performance life of this pavement. Non-treated soils are susceptible to movements or softening thus resulting in a loss of support to the concrete pavement structure. The purpose of select fill is to minimize the loss of support and bridge the subgrade from moisture infiltration thereby reducing soil softening and enhancing the performance and life of the pavement. Both pavements would require periodic maintenance. 4.2 Pavement Section AASHTO design methodology can be used to design the pavements. According to AASHTO design methodology, the pavement design thickness primarily depends on strength of the subgrade soils and type of traffic. Traffic includes several types of vehicles with various magnitudes of axle loads that may be subjected to the pavement during its service life. The design involves a traffic analysis that converts various types of vehicles with various magnitudes axle loads to a number of 18-kip equivalent single axle load (ESAL) repetitions. The design engineer should perform the traffic analyses to compute the number of ESALs repetitions that would be subjected to the pavement during its service life or design life. Based on the computed ESALs, an economical and appropriate pavement can be designed accordingly. AASHTO low volume design methodology can also be used to design pavements. The low volume design methodology depends on typical subgrade conditions for 6 different U.S climatic zones and provides minimum thickness for 3 different levels of traffic. Based on AASHTO low volume design and our previous experience, we have provided pavement thickness for both a rigid and a flexible pavement system in the tables below. The tables below include thickness design corresponding to 2 levels of traffic (low and high). It is recommended that the pavement design thicknesses correspond to following: • Low traffic condition: Parking areas expected to receive only passengervehicles and light pickup truck traffic. • Hi�h traffic condition: Parking and drive areas with heavy traffic, fire lanes, trash pickup areas, main access driveways, and 18-wheeler loading/unloading. www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 17 Table 4.1: Minimum Ri�id Pavement Section Pavement Material(s) Low High Portland Cement Concrete 5.0 inches 7.0 inches Pavement Subgrade As Discussed in Section 4.1 Table 4.2: Minimum Flexible Pavement Section Pavement Material(s) Hot Mix Asphalt Concrete TxDOT Item 340. Type D Flexible Base Material TxDOT Item 247. Type A or D, Grade 1 or 2 Pavement Subgrade Design Thickness Low High 2.0 inches 3.0 inches 6.0 inches 8.0 inches As Discussed in Section 4.1 Large front-loading garbage trucks frequently impose concentrated front-wheel loads on pavements during loading. This type of loading typically results in rutting of the pavement and ultimately, pavement failures. Therefore, it is recommended that the pavement in trash pickup areas consist of a minimum 7-inch thick, reinforced concrete slab. During the construction phase of this project, site grading should be kept in such a way that the water drains freely off the site. Proper finishing of concrete pavements requires the use of sawed and sealed joints. Construction joints should be designed in accordance with current Portland Cement Association guidelines. Joints should be sealed to reduce the potential for water infiltration into pavement joints and subsequent infiltration into the supporting soils. Joint spacing is recommended at 15-foot intervals for plain concrete. Dowel bars should be used to transfer loads at the transverse joints. Normal periodic maintenance will be required. The design of steel reinforcement should be in accordance with accepted codes. The concrete should have a minimum compressive strength of 3,500 psi at 28 days. The concrete should also be designed with 5± 1 percent entrained air to improve workability and durability. Pavement materials and construction procedures should conform to TXDOT or appropriate city and county requirements. Surface water infiltration to the pavement subgrade layers may soften the subgrade soils. Considering several factors in the pavement design can reduce surface infiltration. The following are some of the factors that need to be emphasized in order to maintain proper drainage. 1) Appropriate slopes should be provided to drain the water freely from the pavement surface. 2) Joints should be properly sealed and maintained. Design Thickness www.intertek.com/building Project Number: 03422543 � BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 18 3) Side drains or sub drains along a pavement section may be provided. 4) Proper pavement maintenance programs such as sealing surface cracks, and immediate repair of distressed pavement areas should be adopted. 5) During and after the construction, site grading should be kept in such a way that the water drains freely off the site and off any prepared or unprepared subgrade soils. Excavations should not be kept open for a long period of time. www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 19 5.0 CONSTRUCTION CONSIDERATIONS 5.1 Secondary Desi�n Considerations The following information has been developed after review of numerous problems concerning foundations throughout the area. It is presented here for your convenience. If these features are incorporated in the overall design and specifications for the project, performance of the project will be improved. Prior to construction, the area to be covered by building should be prepared so that water will not pond beneath or around the building after periods of rainfall. In addition, water should not be allowed to pond on or around pavements. 2. Roof drainage should be collected and transmitted by pipe to a storm drainage system or to an area where the water can drain away from buildings and pavements without entering the soils supporting buildings and pavements. 3. Sidewalks should not be structurally connected to buildings. They should be sloped away from buildings so that water will be drained away from structures. 4. Paved areas and the general ground surface should be sloped away from buildings on all sides so that water will always drain away from the structures. Water should not be allowed to pond near buildings after the floor slabs and foundations have been constructed. 5. Backfill for utility lines that are located in pavement, sidewalk and building areas should consist of on-site fill. The backfill should be compacted as described in the Earthwork and Fill Materials section of this report. Lesser lift thicknesses may be required to obtain adequate compaction. 6. Care should be exercised to make sure that ditches for utility lines do not serve as conduits that transmit water beneath structures or pavements. The top of the ditch should be sealed to inhibit the inflow of surface water during periods of rainfall. 7. Flower beds and planting areas should not be constructed along building perimeters. Constructing sidewalks or pavements adjacent to buildings would be preferable. If required, flower beds and planting areas could be constructed beyond the sidewalks away from the buildings. If it is desired to have flower beds and planting areas adjacent to a building, the use of above grade concrete box planters, or other methods that reduce the likelihood of large changes in moisture content of soils adjacent to or below structures should be considered. 8. Water sprinkling systems should not be located where water will be sprayed onto building walls and subsequently drain downward and flow into the soils beneath foundations. 9. Trees in general should not be planted closer to a structure than the mature height of the tree. A tree planted closer to a structure than the recommended distance may extend its roots beneath the structure, allowing removal of subgrade moisture and/or causing structural distress. 10. Utilities that project through slab-on-grade floors should be designed with some degree of flexibility and/or with a sleeve to reduce the potential for damage to the utilities should movement occur. 11. Soil supported floor slabs are subject to vertical movements. This often causes distress to interior wall partitions supported on soil supported floor slabs. This should be considered in the design of soil supported floor slabs. www.intertek.com/building � 5.2 Construction Materials Testin� Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 20 It is recommended that PSI be retained to provide observation and testing of construction activities involved in the foundations, earthwork, and related activities of this project. PSI cannot accept any responsibility for any conditions that deviates from those described in this report, nor for the performance of the foundations if not engaged to also provide construction observation and testing for this project. Observation of all foundation bearing materials, pier construction activities, structural steel and subgrade treatment operations should be performed by a representative of PSI. Density testing should be performed at a rate of one per 2,500 square feet per 8-inch lift in building areas, one test per 10,000-square feet per 8-inch lift in paved areas and 1 per 100 linear feet per 8-inch lift in utility trench backfill. A moisture-density relationship (Proctor), Atterberg's limit and minus 200 sieve test should be performed for each material encountered at finished subgrade elevation. 5.3 Moisture Sensitive Soils/Weather Related Concerns The upper fine-grained soils discovered at this site could be sensitive to disturbances caused by construction traffic and changes in moisture content. During wet weather periods, increases in the moisture content of the soil can cause significant reduction in the soil strength and support capabilities. In addition, soils that become wet may be slow to dry and thus significantly retard the progress of grading and compaction activities. Construction schedules should account for these conditions during wetter times of the year. 5.4 Drainage and Groundwater Concerns Water should not be allowed to collect in the foundation excavation, on floor slab areas, or on prepared subgrades of the construction area either during or after construction. Undercut or excavated areas should be sloped toward one corner to facilitate removal of any collected rainwater, ground water, or surface runoff. Positive site surface drainage should be provided to reduce infiltration of surface water around the perimeter of the building and beneath the floor slabs. The grades should be sloped away from the building and surface drainage should be collected and discharged such that water is not permitted to infiltrate the backfill and floor slab areas of the building. PSI recommends that the contractor determine the actual ground water levels at the site at the time of the construction activities. It may be expedient to drill auger holes or excavate test pits adjacent to the building area immediately prior to construction to determine the prevailing water level elevation. Any water accumulation should be removed from excavations by pumping. Should excessive and uncontrolled amounts of seepage occur, the geotechnical engineer should be consulted. 5.5 Excavations In Federal Register, Volume 54, No. 209 (October 1989), the United States Department of Labor, Occupational Safety and Health Administration (OSHA) amended its "Construction Standards for Excavations, 29 CFR, part 1926, Subpart P". This document was issued to better insure the safety of workmen entering trenches or excavations. It is mandated by this federal regulation that excavations, whether they be utility trenches, basement excavation or footing excavations, be constructed in accordance with the new OSHA guidelines. It is our understanding that these regulations are being strictly www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 21 enforced and if they are not closely followed the owner and the contractor could be liable for substantial penalties. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. The contractor's "responsible person", as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. We are providing this information solely as a service to our client. PSI does not assume responsibility for construction site safety or the contractor's or other party's compliance with local, state, and federal safety or other regulations. www.intertek.com/building � Project Number: 03422543 BONDSBTR-DFW-006 Single-Family Rentals, Fort Worth, Texas March 29, 2023 Page 22 6.0 REPORT LIMITATIONS The recommendations submitted in this report are based on the available subsurface information obtained by PSI and design details furnished by the client for the proposed BONDSBTR-DFW-006 Single Family Rentals to be located at southeast corner of bonds ranch road and blue mound road in Fort Worth, Texas. If there are any revisions to the plans for this project, or if deviations from the subsurface conditions noted in this report are encountered during construction, PSI should be notified immediately to determine if changes in the foundation recommendations are required. If PSI is not notified of such changes, PSI will not be responsible for the impact of those changes on the project. The geotechnical engineer warrants that the findings, recommendations, specifications, or professional advice contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. This report may not be copied, except in the entirety, without expressed written permission from PSI. PSI is not responsible for any claims, damages, or liability associated with the interpretation or re-use of the subsurface data or engineering analysis or the conclusions or recommendations of others based on the findings and recommendations presented herein. After the plans and specifications are more complete, the geotechnical engineer should be retained and provided the opportunity to review the final design plans and specifications to check that our engineering recommendations have been properly incorporated into the design documents. At that time, it may be necessary to submit supplementary recommendations. If PSI is not retained to perform these functions, PSI will not be responsible for the impact of those conditions on the project. This geotechnical report has been prepared for the exclusive use of HPIMF Bonds Land DFW002, LLC and their representatives for the specific application of the proposed BONDSBTR-DFW-006 Single Family Rentals development to be located at the southeast corner of bonds ranch road and blue mound road in Fort Worth, Texas. www.intertek.com/building APPENDIX l�l www.intertek.com/building / I SITE VICINITY MAP q-v�'".�Ya�,r . ,�,'j- ' � ' 1' , "` - 4 � . . , � � itr ���� r�d��' �''��a_ !4y . , 7 , i+ �f" � �.< '� r , i. ► .. : I ;F , ti. .,� � �.��A ;p � ; ��. r � ` � �: •.3. r A '�. �e;��x,��_� ���„��"Yti;�� r �4-' .e.� ' � �rF s}f,t � ' . , ��i, F�- - � �� T� � ��''. � �.G� ,',�C � �` " ''' . E�F " r � '�� �'.��, - i � � � � I r.``r A� ' 4 *, �`i's. + '� i:., ,r . '�,+�p� � � Y I�(I� ' �! �1 r t- }° �. r�.�:, t�. i �y,n{��'•} ;ra,i��,. �ir� . ' � �v'=5'w i � +s�:s nI `:.'�'N ~'r#� .,�,^.. i''.'}�J.��`"Lt; ��;��- .IR4 � �C ,� �' ;.���-'-'.-', a�'' --�,. `.� �V x � ���u� 1 .�� �.w n � �' 4� ;y� Ty . ,��, ��,�.. o'E� �. .��y-;����� � - �� F�.�.�n ' ' 1 � -A} , • � .- � � . Sx E , �'�'N R . ��y . � . � Ts ��-.,-` .� ,,`"° "'�S'� .',. �+�i► � c R , :t' �� f ��� + Y5 -�,�t� � .�,1�i •.7�l.',. � � �A�, `rr]5y� l��'� � 4 '��i : $� +� . ��,� � � � �1!�l+R v. � �� ' _ ��r� - . , . , ���1 3' ti 1��.,� � "'�'~� •'.' � ¢-*,a`L'�i .��.�i� ;� ��� r;� ; rri - ,I�: .� 9� �'�� f.g:,:.;`';��.,�� f �J ��o-3 . . +,� e ^ r � �- C:. '�F' ti �. �� iQ , �'t�'�,�'��IFu���2 ���LLS i';�t�G'J F��, « � � ? , �� ! _ . } J � �. 'f" '.""� r r '�.Y%t } i,.�' "'R�'h r-f '> t�+;-'�''_'�.'.l� .�',. ��s �-'y sf .'{' .w.z+st�. ea, -y� + �. .., "� ��- �K�� �����'3 " . � ' �-,,. � •4.�ra i + , � +�g,�r ��'��� �iF"-'� � -��r� ` Y` ��y ti�"`*�� � � �.�j'�:'�� w �..: ' 4_ �1� �'� �.rj� � Xx_ a s . ��. � ~ �'� '� ' . ,1-�' �, r � ��. 4 -�' �•.,..-.�..�.'�.~R�i �_ .� . ..aL.,� �..� ._ y i4��3; i° 4.�w�.,�y� • rs ���, .�'!.'F*^..G��. � - ' i• �� i ����� � _ 'i +�.: ". d ���+�ru ��' ��^� i a . � �•; Approximate Site Location '��;�:� � ��� . ► _.��,� . �'��`� t� � .��,�,�,� i, i ��M� ' R 1 y. _"�;`.y.�.r`w.� �^ s,� -*�t+;�,�r- �p �:p� a _ T� . ' q Y-� �� ' � i�. � . -- 7�.�`0'��, '�¢ 3 0 � � � .,.��T.1 - n ti �� �'� 'ri� �'L rl.�,,. .�� �[' 7 `�5 .� :�f w �' -:� 4� L��fi i[''a 'C� ;� :&i�*•.�w�r�*xs;..�� -�"�.�p�� ss,_irY e ' �•"E_"_:`r !r_�.:�: ,._'.7�':..�•"„ � �-.'91r'�_ L. � _ . �"'*•.►� � � —'�t,, kr'�I °: ��:--'+'. .,:L.. _�:�.,�.,.� E:':'.a.L:�- . ', . r. F :i�Yy . � ,�: . ��,� -_� r�� �Ll-' _ �l� 'L''� � -�' - � ,� Y�•' L � !�j+�,`V. 1 I�S. ��.�� , �i �'t _ +�' � - �{!. i. ,�.' , �� N -.'i".�':. ' . i`5�:,'� —_ -•��' � T: � . Y � GEOTECHNICAL ENGINEERING SERVICES BONDSBTR-DFW-006 Single Family Rentals SE Corner Bonds Ranch Road and Blue Mound Road, Fort Worth, TX FIGURE No. 1 T PSI PROJECT No.: 03422543 � DATE: 3/24/2023 DRAWN: HK / CHKD:: RC i r i . � .R . � � � �' i �' �.�.' � fi �� � � ,�'�� . •:� ' .�N'ii�i% i.._�� _.:. m . . . �� w.�..._y ��taktll �L.i ��+� � �''�y!��'�SiG �.�`����� ,�_:_^.` ¢.� ;�:.��=: �#�-�'�� - ra � .'�4', _ -- = ��, �;,��- , �; s...- .-":-�, :a 7.. , ��,�M ,�: :� :� ���:�_� . �.�.._� r �,�� .� ° �,c�' �. - ' . ' . . �� _ +���� � �._.+-r�.5 -t 1 f' �`}' : - +�' ;,,�_� }:;� ?u�_'w'r= .I��•�:.f"',:�;.�y � �'I�1��:���-:+'R� ''��`,., I._�. . .- ■ � . Y.. i I,��`f�����.. . ��-.�- ' .. � . . _{� - ., , � . ;. �-- � .� . . .. � ' � _ � . �+ A�rSi* t �'�;, :i���'L �J'�r-:� �p+'i�' i �( - �I. ' 6 ]� Ayli� . �k ki.� <�' . ti. } ����iyy-�`!. � n �; i i� �... . _ .. _�' i��_i .._ _ . . . -.�!"li �' R �iMw+i u�t�rt�k 310 Regal Row, Suite 500 Dallas, Texas 75247 � � PHONE: (214) 330-9211 7 ,I f / ` �� � a � �! {� -. J � �1 � � , � u7" � i �If STf O �. �,r. ,- , Cax �� ;; � o �� :� s� '� � �� J t ��L � r.�f•;� 775�: Yi�'f i iac� ..', i ��' f' 1 Y �t��� �C ��f 7- �� , �.�'�..4'� : I+�: . �1 `I�,� �:i�' ' c a ��:�,�-- V���: �t; , �1 � � �� .i. _ � s-� �i�C� d � � � � �• 1 ���`1 , �" �� � A �r 4;C� a ,* � .. .� ,�,-� ,. ., i .r I..yV�_�1�;�' _ Ir + ^ ; � ,•`-�"• � ''�. j��e � �° " � ��:r,;i O' r � �r-' � � �/. . . � �. ,{ t i a � a i + ,�. ;� � 5 -. � ,�� i:44� � � +� " r i � �"'�� �i ` I � . r • �.��.:�'�� 0 T �i�e:� � - ' ' 1 I ♦ �.�! .`:�• ��:�� " t . 3 }`� E.F . I J.�: � � - �. ,;¢ . '_� �i d ;:�.. S; r-. �, � , J_ � 4�; � J' �Ly- * �.', M' �y' ': � "�(j. S �` - � � . � .. ^ �ti�e .:'�h. � � +. ��c� ° Creek * Y .. ,. . . � '., � � ' .� �, � � y' le . . �, ' . t�y � , � L��� J . i i� � � r�� . ;rDetention Pond 2005-2008� ;� � _ '�� � L f �'�x � fi �� �r . i.` .r .�'����:� .� � _,} �- ' � _- a.� �.. , :�� Power Lines�'�' � ��. �i . 0 GEOTECHNICAL ENGINEERING SERVICES BONDSBTR-DFW-006 Single Family Rentals SE Corner Bonds Ranch Road and Blue Mound Road, Fort Worth, TX o • ., .. ,�.� .. , . �' ' � i ' -,� e. �.` _:., ^� � . . � � � � 1 J�L, `�' i-� v � �.1; r �. � r � k-� � .4 - _ t � ' _� � I . � � :; . . � + � � .s� �� •.,wr�.�- yi ' '� ■ .. fl ,�I' � . ,'�^�^ � � � f _� � �] �• .d � i i� y� . .s�'. ..;.�.{�}��. r r . � -�'�!- • �� {o} ` � +i:. '�. .�. �r�,i . r .. • r .i _ DATE: 3/24/2023 u�t�rt�k FIGURE No. 2 T PSI PROJECT No.: 03422543 � BORING LOCATION PLAN - AERIAL :� ��-� - . _ , _ _ .._ _ ��:..:�= ::r.,•. .:�� _ _ ... — ...�:��;_. :� �;� �r ,,�,;. . , 'S�_ �-- �_� �� a� �1.�� a��q:: ''� , � , �� �� ����w� I�� #��� � - �� . N DRAWN: HK / CHKD:: RC � � 310 Regal Row, Suite 500 Dallas, Texas 75247 � � PHONE: (214) 330-9211 7 \I � / r k.�r... i:. � � J+"'�'�"� i ^ � ` � i e � _ ,,,1, - ;. � - 'h�� � -o, ' -��' � `�rµ.' . � ��'� �.^ � r � � ti iL� ' [� .', ' � � r � o �G , �� � .. I v r �i � ' , � •� sti P �f�i �! # SJi,"i�: � . � �:` ...+� � � � �_�,�,� '•F�'�;lP�`t �-T � �� �� � .i '. �. � k ��% GEOTECHNICAL ENGINEERING SERVICES BONDSBTR-DFW-006 Single Family Rentals SE Corner Bonds Ranch Road and Blue Mound Road, Fort Worth, TX BORING LOCATION PLAN - , � �. � �. � -- ---•- --� ;°� • , �. �� M �� � ���i�� [�[�3' - _ -, [� �1�[2��� (i •�-�rtie�a � - ��� � :�o��E=- -- - o _- �,���; - N = �'r -i r� � .�� a � - -( * � ��� _ � �! .� y4 ;l Y?� �l C�. � � ��� , 'r� ���,�� 1.�. `���''.1�is' �� ;` ' "�;�"rr �� t/�J I:. -- --- - -- � ��r 1 � ' � �� F., ~ o 'F �.� -4-'+ Lo}�'- �. Q . _ '� -� _ - 0 z� ��� I � P'!� _ '� � y, ry-�� i' �` � * i _ , ; . � • /�-(+ "�\ �.�f �-•" "` , \ _ � - '^� � �� � �I . �.}t. \`i � • �'o �\ - -2i - ;' ,� , nnnrr�T�urrm�7niiii n � �. , �_. a._ � .._•._s 0 +. ��! , , 'r. • � o��� � , �� , � � � ' , _�:a� ' ` � � ;xa,:��l� L1= ^:� 1 � f d �• �� . _ ♦ I � � v.J. ' � . '� �j , � �T� -�•�. ' � •i� 7 -- � — ,�' � �'� j � ,� �---- � . ' *�'3 ' �9�� . FIGURE No. 3 I PSI PROJECT No.: 03422543 j DRAWN: HK / CHKD:: RC i r � « �� � - �M u �~� _� � p ' �I � � � I , . O.� �� � _ i I � �q' � � �� t �.� �� ~ '�� � -. , �....�.. � 310 Regal Row, Suite 500 Dallas, Texas 75247 PHONE: (214) 330-9211 \ \I f � DATE: 3/24/2023 � u�t�rt�k LOG OF BORING B- 1 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.91934 aU� � �J JJ QZ �a �z ao � w O � ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34463 m �a a z o� ' DESCRIPTIOf�I � LL PL PI 0 1 2 3 4 5 � ��' �_�__}X� FILL-FAT CLAY (CH►, ver s3ift fo hard, dark brown, � with calcareous deposits, with limestone nodules 13 0- 0 z —5 -Lean clay seam W i � FAT CLAY ICHI, very stiff to hard, dark brown to z brown, with calcareous deposits, with limestone z nodules w � o -10 a w K a 0 0 x � 0 � -15- � � J Q F Z W K v �liALE, soft to very hard, gray o -20 0 � � � � � � � 0 0�25 � � a � �-� a �� 0 � � � �-30� y O a� 0 w M �N o -35-� � � a J J Q � N M � a -4C N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 40 FEET � DATE DRILLED: 2/24/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 22 20 38 14 24 23 24 106 2.91 _ $ 78 18 53 23 30 N Q 105 2.90 98 T:100(0.7 i") f:100(3'' ) T:100(17 i") T.100(1.�") T:100(1.2 j") DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B- 2 BONDSBTR DFW 006 Single Family Rentals SE Corner of Bonds Ranch Road and Blue Mound Road � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN m � W� COORDINATE (X) OR EASTING: o � } � COORDINATE (Y) OR NORTHING: m � J� APPROX. SURFACE ELEVATION: N w p� LATITUDE: 32.91985 N � � LONGITUDE: -97.34459 � DESCRIPTION o—Q FILL-FAT CLAY ICHI, very stitt to hard, dark brown, � with limestone nodules, with calcareous deposits c� z � 0 m o FAT CLAY (CHI, very stiff to hard, dark brown to Z-5 brown, with limestone nodules, with calcareous W — deposits w � -sandy lean clay seam z w � o —10— a w — K a 0 0 F�� SHALE, soft to hard, gray � —15� � a � � z w � � � � � —20� 0 �-1 �— � F �� m � 0 0�2�� N � N M � � F y-3� � 0 � a 0 w c� M N � N o —35� � a�¢ o � N M a —40 N m O M N N M � —45— 0 � z 0 � � � 0 x a —50— W� � ZH� �H �H �H UW z �— �— ��� c�n� �� �� v�iZ vaiH� �O J � a— m LL PL PI 26 55 19 36 24 24 — � 21/8/13 18 45 18 27 N: 21 15 T.100(6.�") r. � 00�5� � T:100(3.7 i") T:100(0.7 i") T.100(1.�") T:100(1.2 i") PSI Project No.: 03422543 COMPRESSIVE STRENGTH ~ >_ �' Z j TONS/SQ.FT. � � w � � � OHP •UC �UU Za �� a� 0 1 2 3 4 5 � �� n �— �� 127 0.90 n �, U�PTH OF BORING: 40 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/24/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 83 74 LOG OF BORING B- 3 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.91987 aU� � �J JJ QZ �a �z ao � w O � ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34523 m �a a z o� ' DESCFjIPTIOf�I � LL PL PI 0 1 2 3 4 5 � ��' i—� j� FILL-FAT CLAY (CH►, Stlit to very hard, dark brown, �----?u�'��ith limestone nodules, with calcareous deposits 39 — o- 0 � -5 z � w w z i FAT CLAY fCHI, stiff to very hard, dark brown to wbrown, with limestone nodules, with calcareous F deposits o —10 a w K a 0 0 x � � 0 � —15 � � J Q F Z �� SHALE, soft to hard, gray � � � -20 0 0 � �� � � � � 0�25 � � a � � —� a M �O � � y-3C 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 30 FEET � DATE DRILLED: 2/24/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 34 63 24 39 32 �., LO �`J 00 24 16 T:100(5.2 i") T.100(4.�") T:100(2.2 j") 90 103 2.03 86 ♦ � 103 2.26 U DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: 2 feet GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B- 4 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.91933 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34572 m �a a z o� ' DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' ����FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules 41 60 23 37 � a- 90 �� W w z c� z w � o -10 a w K a 0 0 x � � 0 � -15 � � J Q F Z � �� SHALE, very hard, gray � � � -20 0 � � � � � o � 0�2� �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 2/23/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 28 -P 8 94 0.70 29 O 24 24 �T 17 53 20 33 C�I 120 6.27 96 T:100(2.2 i") T:100(17 i") DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B- 5 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92022 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34563 m �a a z o� ' DESCJ�IPTION � LL PL PI 0 1 � 4 5 � ��' ���%���FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules, with calcareous 38 ' deposits 29 25 21 61 18 43 � 105 2.88 85 25 _ $ � U 19 57 23 34 -�Y 111 4.40 98 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET � DATE DRILLED: 2/24/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B- 6 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.91980 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34585 m �a a z o� ' DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' ����FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules 27 �� �� W w z c� z w � o -10 a w K a 0 0 x � � 0 � —15 � � J Q F Z ��� SHALE, soft to hard, gray � � � -20 0 � � � � � o � 0�2� �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 2/25/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 27 e 24 71 21 50 — 96 1.19 92 20 22 58 20 38 ri � 106 2.33 94 13 T.100(7.�") T:100(6.2 i") U DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B- 7 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� r w p� LATITUDE: 32.92168 ��� OZ JJ �J �Z O HP • UC � UU � a � W a� � � LONGITUDE: -97.34532 m �a a z o� � C�EtSCRIPTIOj�I � LL PL PI 0 1 2 3 4 5 � �� ����FAT CLAY (CHI, Stlfir to hard, dark brown to brown, � with limestone nodules, with calcareous deposits 31 �-- �� W w z c� z w � o -10 a w K a 0 0 x � � 0 � -15 � � J Q F Z ��� SHALE, soft to hard, gray � � o -2C 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET � DATE DRILLED: 2/23/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m 32 24 20 �"` 108 5.24 11 /12/1( � 20 66 22 44 75 N:22 21 54 20 34 �!� 109 4.38 98 f:100(6'' ) DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B- 8 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92213 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34573 m �a a z o� ' DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' ��/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules, with calcareous 23 �" '_ deposits �� W w z c� z w � o -10 a w K a 0 0 x � � 0 � -15 � � J Q F Z ��� SHALE, soft to hard, gray � � � -20 0 � � � � � o � 0�2� �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 2/23/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 27 e 22 68 17 51 104 5.17 86 16 11/9/12 17 54 17 37 66 N:21 21 T.100(4.�") T:100(6.2 i") �(Yr 105 4.32 DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B- 9 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92227 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � � � LONGITUDE: -97.34516 m �a a z o� ' DESCRIPTIOj�I � LL PL PI 0 1 2 3 4 5 � �� ��/ �FAT CLAY (CHI, stitt to hard, dark brown to brown, � with limestone nodules, with calcareous deposits 27 �� > ; 27 73 20 53 93 1.04 92 �� W w z c� z w � o -10 a w K a 0 0 x � � 0 � -15 � � SHALE, soft to hard, gray a � z w � � � o -2C 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET � DATE DRILLED: 2/23/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 23 21 6/10/11 28 N:21 18 54 19 35 C�1 114 6.19 96 T:100(6.7 j") DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B-10 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92283 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34494 m �a a z o� ' DESCRIPTIOj�I � LL PL PI 0 1 2 3 4 5 � ��' ����FAT CLAY (CHI, stitt to hard dark brown to brown, � with limestone nodules, with calcareous deposits 30 �— �� W w z c� w -clayey sand seam � o -10 a w K a 0 0 x � � 0 � -15 � � J Q F Z W K �- � o -20 0 LL� SHALE, soft to hard, gray �� � � �� 0�2., � a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 2/23/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m 24 27 26 19/19/2:' 15 37 13 24 N:41 22 13 52 16 36 -� 119 4.16 88 f:100(6'' ) DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A : � 96 1.69 42 _� . U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-11 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92200 aU� � �J JJ QZ �a �z ao � w O � ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34454 m �a a z o� ' DESCRIPTIOj�I � LL PL PI 0 1 2 3 4 5 � ��' ��/ FAT CLAY (CHI, stitt to hard dark brown to brown, I � with limestone nodules, with calcareous deposits 27 �8'� > > 22 67 18 49 94 1.28 93 �� W w z c� z -sand seam w � o -10 a w K a 0 0 F�� SHALE, soft to hard, gray � -15�� � J Q F Z W � K � - o -2C 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET � DATE DRILLED: 2/23/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 26 24 79 20 59 N:50(6" 26 T:100(3.2 i") T:100(57 i") :� 97 2.10 92 DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: 16 feet GROUND WATER AFTER DRILLING: 19 feet DELAYED GROUND WATER: N/A LOG OF BORING B-12 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92249 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34454 m �a a z o� ' DESCRIPTIOj�I � LL PL PI 0 1 2 3 4 5 � ��' ����FAT CLAY (CHI, stitt to hard dark brown to brown, � with limestone nodules, with calcareous deposits 27 � � J W w z c� z w � o -10 a w K a 0 0 F SHALE, soft to hard, gray � � -15 � � � a � z w � � � � � -20� 0 �"1 �- � � �m �n ^ -� 0 � M C � M 7 �) O V� F y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 2/23/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 29 24 18 77 18 59 18 51 13 38 f:100(4'' ) T:100(6.2 i") f:100(6'' ) 113 2.08 91 109 2.17 92 DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B-13 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road _ � � � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 m � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� � � } � COORDINATE (Y) OR NORTHING Z�� �� o� �� Ux STRENGTH � �=. Z� o = � a APPROX. SURFACE ELEVATION: �� in �Z �g u�g �p TONS/SQ.FT. }LL cn� �nw Cll a J � Hd� (n� �J JJ C/JZ 0�% �� QO N w p� LATITUDE: 32.92392 ��O OZ J � �- O HP • UC � UU ~ a � W a� N � LONGITUDE: -97.34558 m �a a z o� � DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' o�/ �FAT CLAY (CHI, very sti17 to hard, dark brown, with � limestone nodules, with calcareous deposits 44 0- c� z 0 24 70 19 51 100 1.73 90 m � _5 21/12/8 23 Z N:20 � W Z 19 c� w 23 56 15 41 r O 102 1.67 81 o_10 SHALE, soft to hard, gray T:100(1.2 i") a w K a 0 0 x � o � T:100(4.2,�,�� � -15� � � J Q F Z W K � -2C �� T:100(2.2,?,�� 0 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- N m O N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/24/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-14 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92347 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � � � LONGITUDE: -97.34532 m �a a z o� � C�EtSCRIPTIOj�I � LL PL PI 0 1 2 3 4 5 � �� ����FAT CLAY (CHI, Stlfir to hard dark brown to brown, � with limestone nodules, with calcareous deposits 32 67 23 44 �— 93 �� W w z c� z w � o -10 a w K a 0 0 x � � 0 � -15 � � SHALE, soft to hard, gray a � z w � � � � -20 0 � � u � � G�Z.� �� �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 3/6/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m 32 31 31 � 17 54 20 34 C�1 107 6.90 96 T.100(5.�") T:100(5.2 i") DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A — 98 0.92 - Q U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-15 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92304 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34586 m �a a z o� ' DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' ��/ �FAT CLAY (CHI, very sti17 to hard, dark brown, with � limestone nodules, with calcareous deposits 30 0- > ; 29 74 22 53 96 1.26 93 �� W w z c� z w � o -10 a w K a 0 0 x � � 0 � —15 � � — J ¢ SHALE, soft to hard, gray z w � � o —20—� 0 � �� � � 0 0�2� �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 3/4/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 28 27 70 22 48 18 19 T:100(6.2 i") T:100(5.2 i") 101 1.50 95 _ $ U DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B-16 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road _ � � � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 m � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� � � } � COORDINATE (Y) OR NORTHING Z�� �� o� �� Ux STRENGTH � �=. Z� o = � a APPROX. SURFACE ELEVATION: �� in �Z �g u�g �p TONS/SQ.FT. }LL cn� �nw Cll a J � Hd� (n� �J JJ C/JZ 0�% �� QO � w o� LONIG T�UDE32.97.3 630 �~� �O J � a O HP • UC � UU Z a �� a� N � m O� � DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � o�/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules, with calcareous 30 71 23 48 89 z deposits 0 30 e m 0 z-5 -sand seam 19 107 1.59 � N:50(6" 13 W w z c� z w 17 55 19 36 Q N 106 4.89 98 � o -10 a w K o SHALE, soft to hard, gray 'x � � -1:,-�� T.100(3.�") � � J Q F Z W K � -2C � T:100(3.2,?,�� 0 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- N m O N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/4/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-17 BONDSBTR DFW 006 Single Family Rentals SE Corner of Bonds Ranch Road and Blue Mound Road � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN m � W� COORDINATE (X) OR EASTING: o � } � COORDINATE (Y) OR NORTHING: m � J� APPROX. SURFACE ELEVATION: N w p� LATITUDE: 32.92391 N � � LONGITUDE: -97.34613 � DESCJ�IPTION o�/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules, with calcareous z deposits � 0 m 0 � -5 z w-clayey sand seam z c� z w � o -10 a w K o SHALE, soft to hard, gray _ � � � � -1:,-�� J Q F Z W K � �� � _2� 0 0 � � � � � � m � 0 0�2�- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- W� � ZH� �H �H �H UW z �- �- ��� c�n� �� �� v�iZ vaiH� �O J � a— m LL PL PI 29 71 25 46 29 10 8 32 16 16 : � 114 1.65 50 14/22/1:� 20 70 N:37 - T.100(7.�") T.100(6.�") f:100(6'' ) PSI Project No.: 03422543 COMPRESSIVE STRENGTH ~ >_ �' Z j TONS/SQ.FT. � � w � � � OHP •UC �UU Za �� a� 0 1 2 3 4 5 � �� 89 �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/6/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-18 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92400 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34667 m �a a z o� � C�EtSCRIPTIOj�I � LL PL PI 0 1 2 3 4 5 � ��' ��/ �FAT CLAY (CHI, Stlfir to hard, dark brown to brown, 33 �— � with limestone nodules, with calcareous deposits > ; 30 75 23 52 97 1.26 89 �� W w z c� w -lean clay seam � o —10 a w K a 0 0 x � � 0 � —15 � � J Q F Z ��� SHALE, soft to hard, gray � � o —2C 0 �� 0 � � 0 0�25— �_ a � M a �� 0 � � y-30— 0 � a 0 w c� M N O N o —35— � � a J J Q � N 7 M a —40— N m O M N N M � —45— 0 � z 0 � � � 0 x a —5G— �, U�PTH OF BORING: 20 FEET � DATE DRILLED: 3/6/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 28 � 16 46 15 31 � C�I 106 6.78 f:100(6'' ) DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A 55 LOG OF BORING B-19 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92320 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34685 m �a a z o� ' C�E}SCRIPTIOj�I � LL PL PI 0 1 2 3 4 5 � ��' ��/ �FAT CLAY (CHI, Stlfir to hard dark brown to brown, � with limestone nodules 24 —o" > ; 18 57 17 40 106 2.04 91 �� W w z c� w -lean clay seam � o -10 a w K a 0 0 x � � � -15 � � SHALE, soft to hard, gray a � z w � � � o -2C 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET � DATE DRILLED: 3/6/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 23 25/10/1' 19 N:21 17 42 16 26 �► a 108 2A2 68 r. � oo�s� � T.100(5.�") DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B-20 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92365 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34711 m �a a z o� ' DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' ��/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules, with calcareous 29 �" '_ deposits � J W w z c� w -clayey sand seam � o -10 a w K a 0 0 x � � 0 � -15 � � — J ¢ SHALE, soft to hard, gray z w � � o -2G-�� 0 �� 0 � � 0 0�2� �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 3/6/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 13 14 43 18 25 �6�- 115 1.85 46 27 �- 31/14/1:' 15 36 N:26 17 53 26 27 � Q 109 3.42 97 T.100(6.�") DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B-21 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road _ � � � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 m � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� � � } � COORDINATE (Y) OR NORTHING Z�� �� o� �� Ux STRENGTH � �=. Z� o = � a APPROX. SURFACE ELEVATION: �� in �Z �g u�g �p TONS/SQ.FT. }LL cn� �nw Cll a J � Hd� (n� �J JJ C/JZ 0�% �� QO � w o� LONIG T�UDE32.97.34769 �~� �O J � a O HP • UC � UU Z a �� a� N � m O� � DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � o�/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules, with calcareous 2� z deposits 0 21 m 0 �-5 21 56 18 38 92 z w 13/20/2' 12 n 48 z N:41 c� w -lean clay seam � 14 48 24 24 `1 108 6.68 96 � o -10 a w K o SHALE, soft to hard, gray _ � � � -1�-� T 1006.2E,��) � J Q F Z W K � -2C � T:100(5.2,?,�� o� 0 � � � � � � m � z�2 J-J' T:100(5.2 i„) � _ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- N m O N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/6/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-22 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92305 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34767 m �a a z o� ' DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' ���%���FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules, with calcareous 29 74 28 46 �— 89 ' deposits �� W w z c� z w � o -10 a w K a 0 0 x � � 0 � —15 � � J Q F Z ��� SHALE, soft to hard, gray � � � -20 0 � � � � � o � 0�2� �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 3/6/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m 32 19 m 23 56 24 32 �� 106 3.13 98 � T:100(6.2 i") T.100(4.�") DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A 106 1.32 U U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-23 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92338 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34772 m �a a z o� ;—/ DESCJ�IPTION � LL PL PI � 2 3 4 5 � ��' i—� / �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules, with calcareous 32 0` '_ deposits ; 10 66 21 45 102 1.42 68 �� W w z c� z -sand seam w � o -10 a w K a 0 0 x � o ��liALE, soft to hard, gray � -1� � � J Q F Z W K � � o —2c 0 �— 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET � DATE DRILLED: 2/23/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 14 50 19 31 12 �3/20/1:� 14 N:35 T:100(57 i") r.�oo(5� � 113 1.80 63 DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B-24 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road _ � � � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 m � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� � � } � COORDINATE (Y) OR NORTHING Z�� �� o� �� Ux STRENGTH � �=. Z� o = � a APPROX. SURFACE ELEVATION: �� in �Z �g u�g �p TONS/SQ.FT. }LL cn� �nw Cll a J � Hd� (n� �J JJ C/JZ 0�% �� QO � w o� LONIG T�UDE32.97.3 843 �~� �O J � a O HP • UC � UU Z a �� a� N � m O� � DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � o�/ �FAT CLAY (CHI, very sti17 to hard, dark brown, with � limestone nodules, with calcareous deposits 12 70 24 46 91 c� z 0 20 105 2.42 m 0 z-5 -lean clay seam 19 45 14 31 110 2.93 82 � W Z 20 8— c� w 32/22/3� � 25 F N:56 o -10 a w K o SHALE, soft to hard, gray 'x � � � -1�-�� T:100(6.2,�,�� � � J Q F Z W K � -2C � T:100(57,?,�� 0 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- N m O N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/6/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-25 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92366 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34798 m �a a z o� ' DESCRIPTIOj�I � LL PL PI 0 1 2 3 4 5 � ��' ����FAT CLAY (CHI, stitt to hard dark brown, with � limestone nodules 33 � �� W w z c� w -lean clay seam � o -10 a w K a 0 0 F SHALE, soft to hard, gray � � -15 � � � a � z w � � � � � -20� 0 �"1 �- � � �m �n ^ -� 0 � M C � M 7 �) O V� F y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 3/6/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 28 64 20 44 �: e� 95 1.10 93 20 N:50(3" 31 13 41 15 26 ♦ a 114 3.25 89 T.100(6.�") T:100(57 i") T:100(5.2 i") DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B-26 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92345 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34847 m �a a z o� ' DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' ��/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules, with calcareous 35 ci— '_ deposits �� W w z c� w -lean clay seam � o -10 a w K o SHALE, soft to hard, gray 'x � � 0 � -15 � � J Q F Z W K � � o —2c 0 �— 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET � DATE DRILLED: 3/6/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m 31 16 22 17 40 16 24 N � 107 1.44 75 18 56 23 33 �Q 107 3.71 96 r.�oo(�� � DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-27 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road _ � � � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 m � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� � � } � COORDINATE (Y) OR NORTHING Z�� �� o� �� Ux STRENGTH � �=. Z� o = � a APPROX. SURFACE ELEVATION: �� in �Z �g u�g �p TONS/SQ.FT. }LL cn� �nw Cll a J � Hd� (n� �J JJ C/JZ 0�% �� QO � w o� LONIG T�UDE32.97.3 843 �~� �O J � a O HP • UC � UU Z a �� a� N � m O� o—/ DESCJ�IPTION � LL PL PI � 1 I2 3 4 5 � �—� % �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules 37 �" — c� z 0 30 57 17 40 � e� 105 1.67 49 m 0 � -5 18 116 0.97 z � w Z 17 c� w 9/12/9 18 53 17 36 91 F N:21 o -10 a w K o SHALE, soft to hard, gray 'x � � —�:,-�� r.�oo�5�� � � J Q F Z W K � -2C � T:100(5.2,?,�� 0 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- N m O N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 20 FEET DEPTH TO GROUND WATER � DATE DRILLED: 3/6/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-28 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road ? TYPE OF BORING: SOLID FLIGHT AUGER - LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 � � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� i � } J COORDINATE (Y) OR NORTHING Z�� �� p� U� Ux STRENGTH � ��. Z j � � J � APPROX. SURFACE ELEVATION: ��in �W �g Qg �p TONS/SQ.FT. �� w� �� a Q LATITUDE: 32.92393 aU� � �J JJ QZ �a �z ao � w O ;� ��O Oz � � OHP •UC �UU ~� �W o � ; � LONGITUDE: -97.34483 m �a a z o� ' DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' ��/ �FAT CLAY (CHI, very sti17 to hard, dark brown to � brown, with limestone nodules �$ �" > ; 13 36 15 21 103 0.52 51 g / Z —5 w-lean clay seam z c� z w � o -10 a w K a 0 0 F SHALE, soft to hard, gray � � -15 � � � a � z w � � � � � —20� 0 �-1 �— � � �m � ^ —� 0 � M C � M 7 �) O V� F y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 25 FEET � DATE DRILLED: 3/6/23 a � NOTES: Automatic hammer, 170 Ibs, 24-inch drop height � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 13 17 41 16 25 M:50(14' ) 2 f:100(7'' ) r. � oo�s� � T.100(5.�") 113 1.87 66 DEPTH TO GROUND WATER GROUND WATER DURING DRILLING: NOT ENCOUNTERED GROUND WATER AFTER DRILLING: DRY DELAYED GROUND WATER: N/A LOG OF BORING B-29 BONDSBTR DFW 006 Single Family Rentals SE Corner of Bonds Ranch Road and Blue Mound Road � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN m � W� COORDINATE (X) OR EASTING: o � } � COORDINATE (Y) OR NORTHING: m � J� APPROX. SURFACE ELEVATION: N w p� LATITUDE: 32.92055 N � � LONGITUDE: -97.34526 � DESCRIPTION o�/ �FAT CLAY (CHI, stitt to hard, dark brown, with � limestone nodules, with calcareous deposits c� z � 0 m 0 � -5 z � — w z c� z w � o -10- a w K a 0 0 x � � 0 � -15- � � J Q F Z W K � � o -2�- 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O N o -35- � � a J J Q � N 7 M a -40- N m O M N N M � -45- 0 � z 0 � � � 0 x a -5G- W� � ZH� �H �H �H UW z �— �— ��� c�n� �� �� v�iZ uaiH� �O J � a— m LL PL PI 25 30 23 75 19 56 94 PSI Project No.: 03422543 COMPRESSIVE STRENGTH ~ >_ �' Z j TONS/SQ.FT. � � w � � � OHP •UC �UU Za �� a� 0 1 2 3 4 5 � �� �- _ �, U�PTH OF BORING: 6 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/23/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-30 BONDSBTR DFW 006 Single Family Rentals � SE Corner of Bonds Ranch Road and Blue Mound Road _ � � � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN PSI Project No.: 03422543 m � W� COORDINATE (X) OR EASTING: � Wo � COMPRESSIVE W� � � } � COORDINATE (Y) OR NORTHING Z�� �� o� �� Ux STRENGTH � �=. Z� o = � a APPROX. SURFACE ELEVATION: �� in �Z �g u�g �p TONS/SQ.FT. }LL cn� �nw Cll a J � Hd� (n� �J JJ C/JZ 0�% �� QO N w p� LATITUDE: 32.92113 ��O OZ J � �- O HP • UC � UU ~ a � W a� N � LONGITUDE: -97.34516 m �a a z o� � DESCJ�IPTION � LL PL PI 0 1 2 3 4 5 � ��' o�/ �FAT CLAY (CHI, very sti17 to hard, dark brown, with � calcareous deposits 41 �— c� z 0 23 71 20 51 e� 89 m 0 � -5 19 z � — w w z c� z w F o -10- a w K a 0 0 x � � 0 � -15- � � J Q F Z W K � ... ... ... ... ... � o -2�- 0 �� 0 � � 0 0�25- �_ a � M a �� 0 � � y-30- 0 � a 0 w c� M N O... ... ... ... ... N o -35- � � a J J Q � N 7 ... ... ... ... ... M a -40- N m O N N M � -45- 0 � z 0 � � � 0 x a -5G- �, U�PTH OF BORING: 6 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/23/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 LOG OF BORING B-31 BONDSBTR DFW 006 Single Family Rentals SE Corner of Bonds Ranch Road and Blue Mound Road � TYPE OF BORING: SOLID FLIGHT AUGER � LOCATION: SEE BORING LOCATION PLAN m � W� COORDINATE (X) OR EASTING: o � } � COORDINATE (Y) OR NORTHING: m � J� APPROX. SURFACE ELEVATION: � w p Q LATITUDE: 32.92244 N � � � LONGITUDE: -97.34555 � DESCJ�IPTION o�/ �FAT CLAY (CHI, very sti17 to hard, dark brown, with � calcareous deposits c� z � 0 m 0 � —5 z � — w z c� z w � o —10— a w K a 0 0 x � � 0 � —15— � � J Q F Z W K � � o —2�— 0 �� 0 � � 0 0�25— �_ a � M a �� 0 � � y-30— 0 � a 0 w c� M N O N o —35— � � a J J Q � N 7 M a —40— N m O M N N M � —45— 0 � z 0 � � � 0 x a —5G— W� � ZH� �H �H �H UW z �— �— ��� c�n� �� �� v�iZ vaiH� �O J � a— m LL PL PI 31 64 19 45 30 23 PSI Project No.: 03422543 COMPRESSIVE STRENGTH ~ >_ �' Z j TONS/SQ.FT. � � w � � � OHP •UC �UU Za �� a� 0 1 2 3 4 5 � �� o- 94 �, U�PTH OF BORING: 6 FEET DEPTH TO GROUND WATER � DATE DRILLED: 2/23/23 GROUND WATER DURING DRILLING: NOT ENCOUNTERED a GROUND WATER AFTER DRILLING: DRY � NOTES: Automatic hammer, 1701bs, 24-inch drop height DELAYED GROUND WATER: N/A � m U1EC�ftC�k Geotechnical Consulting Services 310 Regal Row, Suite 500 Dallas, TX 75247 �nt�rt�k RECOVERY DESCRIPTION OF RECOVERY Incompetent Competent Fairly Continuous Continuous DENSITY (GRANULAR) Very Loose (VLo) Loose(Lo) Slightly Compact (SlCmpt) Compact (Cmpt) Dense(De) Very Dense (VDe) TCP FIELD IDENTIFICATION (BLOWS/FT) 0 TO 8 Core (height twice diameter) sags under own weight 8 TO 20 Core can be pinched or imprinted easily with finger 20 TO 40 Core can be imprinted with considerable pressure 40 TO 80 Core can only be imprinted slightly with fingers 80 TO 5"/100 Core cannot be imprinted with fingers but can be penetrated with pencil 5"/100 to Core cannot be penetreted with pencil 0"/100 BEDROCK HARDNESS MORHS' CHARACTERISTICS EXAMPLES APPROXIMATE TCP SCALE PEN TEST 5.5 to 10 Rock will scratch knife Sandstone, Chert, Schist, Granite, Very Hard 0" to Gneiss, some Limestone (VH) 2"/100 3 to 5.5 Rock can be scretched Siltstone, Shale, Iron Deposits, most Hard (H) Y' to with knife blade Limestone 5"/100 Rock can be scratched Gypsum, Calcite, Evaporites, Chalk, 4" to 1 to 3 �,�,ith fingemail some Shale Soft (So) 6"/100 RELATIVE DENSITY FOR GRANULAR SOILS APPARENT SPT DESNITY (BLOWS/FT) Very Loose 0 to 4 CALIFORNIA SAMPLER (BLOWSIFT) OtoS MODIFIED CA. RELATIVE SMAPLER DENSITY(%) (BLOWSIFT) Oto4 Oto15 CONSISTENCY OF ROCK CORES CONSISTENCY Very Soft Soft Hard Very Hard Extra Hard UNCONF. COMP. STRENGTH IN TSF 10 TO 250 250 TO 500 500 TO 1000 1000 TO 2000 >2000 • CONSISTENCY OF COHESIVE SOILS CONSISTENCY N-VALUE SHEAR STRENGTH HAND PEN VALUE (BlowslFoot) (ts� (ts� Very Soft 0 TO 2 0 TO 0.125 0 TO 0.25 Soft 2 TO 4 0.125 TO 0.25 025 TO 0.5 Firm 4 TO 8 0.25 TO 0.5 0.5 TO 1.0 Stiff 8 TO 15 0.5 TO 1.0 1.0 TO 2.0 Very Stiff 15 TO 30 1.0 TO 2.0 2.0 TO 4.0 Hard >30 >2.0 OR 2.0+ >4.0 OR 4.0+ DEGREE OF PLASTICITY OF COHESIVE SOILS DEGREE OF PLASTICITY SWELL POTENTIAL PLASTICITY INDEX (PI) None or Slight 0 to 4 None Low 4 to 20 Low Medium 20 to 30 Medium High 30 to 40 High Very High >40 Very High MOISTURE CONDITION OF COHESIVE SOILS DESCRIPTION Absence of moisture, dusty, dry to touch Damp but no visible water Visible free water �oose 4 to �o s to �s 5 to 12 �s to 35 SAMPLER TYPES Medium Dense 10 to 30 15 to 40 12 to 35 35 to 65 I � � Dense 30 to 50 40 to 70 35 to 60 65 to 85 NO TX�6T SHELBY Very Dense >50 >70 '60 85to100 . SAMPLE CONE TUBE ABBREVIATIONS �o� � � PL — Plastic Limit QP — Hand Penetrometer No RocK SPLIT LL — Liquid Limit Q� — Unconfined Compression Test RECOVERY CORE sPooN WC — Percent Moisture UU — Unconsolidated Undrained Triaxial �I 0 INITIAL GROUND WATER Note: Plot Indicates Compressive Strength as Obtained By — Above Tests AUGER � FINAL GROUND WATER SAMPLE U.S. STANDARD SIEVE SIZE(S) CLASSIFICATION OF GRANULAR SOILS 6" 3" 3/4" 4 10 40 200 � BOULDERS I COBBLES i COAR E�VE FINE I COARSE � MEDIUM � FINE I SILT OR CLAY 152 76.2 19.1 4.76 2.0 0.42 0.074 GRAIN SIZE IN MM KEY TO TERMS AND SYMBOLS USED ON LOGS ROCK CLASSIFICATION ROCK QUALITY DESIGNATION (RQD) % CORE DESCRIPTION OF ROCK RQD RECOVERY QUALITY < 40 Very Poor (VPo) 0 TO 25 Poor (Po) 25 TO 50 40 TO 70 Fair (F) 50 TO 75 70 TO 90 Good (Gd) 75 TO 90 90 TO 100 Excellent (Exlnt) 90 TO 100 SOIL DENSITY OR CONSISTENCY CONSISTENCY (COHESIVE) Very Soft (VSo) Soft (So) Stiff (St) Very Stiff (VSt) Hard (H) Very Hard (VH) CONDITION DRY MOIST WET I CLAY 0.002 SOIL TYPES � � � LL4Y �LLj CLAY (CHj SILT � � � LIMESTONE SHALE SAN�STONE � O o � SANO GRAVEL FILL a.: ,.o.� b: �:Q� : i ASPHALT CONCRETE 0 � 0 � 0 v 0 M N— O O— . rhesion (psf) 100 Phi (deg) 18 � i i �� � � i �� � i i � � � i i � � � i i � � � � i �� � i i � � � i i � � � i i �� � � i �� � i i � � � i i � � � i i �� � � i �� � i i � � � i i � � � i i � � � � i �� � � �� � � i � � � i i �� 0 10 20 30 40 50 60 70 80 90 Project Group � ro c sc i e n ce DrawnBy Date SLIDEINTERPRET 9.007 Group 1 R. Christensen Bonds Ranch Multifamily Scenario Company File Name Master Scenario Intertek-PSI Global Stability.slmd