Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 58544-PM1
PROJECT MANUAL FOR THE CONSTRUCTION OF Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for Eagle Mountain-Saginaw ISD High School #4 IPRC Record No. 21-0099 City Project No. CPN 103535 FID No. 30114-0200431-103535-E07685 File No. K-2856 X-27044 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department David Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth December 2021 5237 N. Riverside Drive, Suite 100 Fort Worth, TX 76137 817.336.5773 ph 817.336.2813 fx TBPE Registration No. F-230 www.tnpinc.com EMS 20173 CSC No. 58544-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS SPECIAL INSTRUCTIONS TO BIDDERS & EMSISD FORMS Division 00 - General Conditions Last Revised 00 00 00 Addendums ---- 00 21 13 Special Instructions to Bidders ---- 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking and Survey 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised March 20, 2020 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/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised March 20, 2020 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised March 20, 2020 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised March 20, 2020 Appendix GC-4.02 Subsurface and Physical Conditions GR-01 60 00 Product Requirements END OF SECTION ADDENDUM NO. 1 Addendum No. 1 - Page 1 PROJECT: Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for Eagle Mountain-Saginaw ISD HS #4 TNP PROJECT NO.: EMS 20173 OWNER: Eagle Mountain-Saginaw I.S.D. 1200 N Old Decatur Rd Fort Worth, Texas 76179 CONSULTING ENGINEER: Teague Nall and Perkins, Inc. 5237 N. Riverside Dr. Ste. 100 Fort Worth, Texas 76137 817-336-5773 DATE OF ADDENDUM: January 07, 2022 DATE OF BID RECEIPT: January 18, 2022 @ 10:00 AM 1.01 GENERAL 1/07/2022 • This addendum modifies the Construction Plans, Contract Documents and Specifications as noted within and shall become part of the Contract Documents. • All bidders shall acknowledge receipt of this Addendum No. 1 by initialing the appropriate space in the Proposal. Failure to do so may subject the bidder to disqualification. 1.02 CONTRACT DOCUMENTS The following item has been changed/added: SECTION 00 11 13 – INVITATION TO BIDDERS • Revised the phrase “until 2:00 P.M. CST, Tuesday, January 11, 2022” to “until 10 A.M. CST, Tuesday, January 18, 2022”. (See attached document) SECTION 00 42 43 – BID PROPOSAL • Several bid items have been added and some bid items have been revised, therefore replace the bid proposal with the new one (See attached proposals) 1.03 CONSTRUCTION PLAN • Sheets C3.05 & C3.26: OS WL ‘A’, OS WL ‘A1’ & ‘A2’ Plan & Profile o Changed callout from ‘12” DR-18, C900 PVC’ to ’12” DR-14, C900 PVC’ in the profile. (See attached Plan changes) ADDENDUM NO. 1 Addendum No. 1 - Page 2 • Sheet C3.51: Bonds Ranch Road Plan & Profile o Added 18” RCP culvert and headwalls. (See attached Plan changes) • Sheet C3.55 & 56: Bonds Ranch Road Plan & Profile o Added 18” RCP culvert and headwalls. (See attached Plan changes) • Sheet C3.84: Offsite SD-A Plan & Profile o Changed Pedestrian Handrail from “PR-11” to PRD-13 Type ‘A’ Rating”. (See attached Plan changes) • Sheet C3.90: Offsite SD-C Plan & Profile o Extended 36” RCP SD Lat ‘C1’ from Sta. 0+34.14 to Sta. 0+44.16 and added 4’ Storm Junction Box. (See attached Plan changes) • Sheet C3.92: Offsite SD Line ‘C’ Lateral Profiles o Extended 36” RCP SD Lat ‘C1’ from Sta. 0+34.14 to Sta. 0+44.16 and added 4’ Storm Junction Box in the profile. (See attached Plan changes) • Sheet C3.100 & 101: Storm Drain Details o Added Txdot Detail ‘PSET-SP and changed detail ‘PR-11’ to PRD-13’. (See attached Plan changes) • Sheet C3.107: Pavement Marking & Signage Plan – Bonds Ranch Road o Added Speed Radar device in School Zone Flasher Assembly (Solar). (See attached Plan changes) • Sheet C3.108: Pavement Marking & Signage Plan – Fleming Ranch Road o Moved Type III Barricade detail in this sheet. (See attached Plan changes) • Sheet C3.109: Pavement marking Details o Added School Zone Flasher and Sign details and Speed Radar device. (See attached Plan changes) 00 11 13 INVITATION TO BIDDERS Page 1 of 1 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN103535 Revised March 20, 2020 SECTION 00 11 13 INVITATION TO BIDDERS DEVELOPER AWARDED CONTRACTS - FOR PUBLICLY BID PROJECTS ONLY RECEIPT OF BIDS Competitive Sealed bids for the construction of Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for Eagle Mountain-Saginaw ISD High School No. 4 will be received by Teague Nall & Perkins, Inc. at: Teague Nall & Perkins, Inc. 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 until 10:00 A.M. CST, Tuesday, January 18, 2022. Bids will be opened publicly and read aloud at the time and place mentioned above. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 8,300 L.F. of 16” Waterline; 5,000 L.F. of 10” Sanitary Sewer Line; 600 L.F. of Reinforced Box Culvert; 2,200 L.F. of 18”- 48” RCP; 17,000 S.Y. of 11” Concrete Pavement PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 00 21 13 – INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS Contract Documents, including Plans and Specifications, have been prepared for this project and may be obtained at the office of Teague Nall and Perkins, Inc., The Contract Documents may be examined without charge in the office of Teague Nall and Perkins, Inc. between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday. Copies of the Bidding and Contract Documents may be purchased from Teague Nall & Perkins; 5237 N. Riverside Drive, Fort Worth Texas 76137, or a digital link to the plans and specifications will be provided to respective plan holders as requested and the requestor will be placed on the plan holder list. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100 (non-refundable) DEVELOPER/CITY'S RIGHT TO ACCEPT OR REJECT BIDS Eagle Mountain-Saginaw I.S.D. & City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Philip C. Varughese, P.E., Teague Nall & Perkins Phone: 817.336.5773 ADVERTISEMENT DATES December 16, 2021 & December 23, 2021 END OF SECTION 00 42 43 DAP - BID PROPOSAL Page 1 of 5 I-1 0241.1106 16" Pressure Plug 02 41 14 EA 2 I-2 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 I-3 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 I-4 3305.0109 Trench Safety 33 05 10 LF 8640 I-5 3305.0111 Valve Box Adjustment 33 05 14 EA 1 I-6 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 11 I-7 3311.0061 4" PVC Water Pipe 33 11 12 LF 4 I-8 3311.0161 6" PVC Water Pipe 33 11 12 LF 165 I-9 3311.0461 12" PVC Water Pipe 33 11 12 LF 98 I-10 3311.0551 16" DIP Water 33 11 10 LF 114 I-11 3311.0557 16" DIP Water, CLSM Backfill 33 11 12 LF 211 I-12 3311.0561 16" PVC C905 Water Pipe 33 11 12 LF 8048 I-13 3312.0001 Fire Hydrant 33 12 40 EA 2 I-14 3312.0002 Water Sampling Station 33 12 50 EA 1 I-15 3312.2203 2" Water Service 33 12 10 EA 1 I-16 3312.2803 6" Water Meter and Vault 33 12 11 EA 2 I-17 3312.3002 6" Gate Valve 33 12 20 EA 4 I-18 3312.3005 12" Gate Valve 33 12 20 EA 3 I-19 3312.3006 16" Gate Valve w/ Vault 33 12 20 EA 8 I-20 3312.6002 6" Blow Off Valve 33 12 60 EA 4 I-21 3312.4114 16" x 12" Tapping Sleeve & Valve 33 12 25 EA 1 I-22 3471.0001 Traffic Control 34 71 13 MO 1 I-23 9999.0001 2" Air Release Valve 00 00 00 EA 4 I-24 9999.0002 2" Water Vault Adjustment, Major 00 00 00 EA 3 A1 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 A2 3311.0451 12" DIP Water 33 11 10 LF 114 A3 3311.0457 12" DIP Water, CLSM Backfill 33 11 12 LF 211 A4 3311.0461 12" PVC Water Pipe 33 11 12 LF 8048 A5 3312.3005 12" Gate Valve 33 12 20 EA 8 Bid ValueBidlist Item No. UNIT I: WATER IMPROVEMENTS Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price TOTAL UNIT I: WATER IMPROVEMENTS TOTAL: ALTERNATE A Alternate A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 2 of 5 Bid ValueBidlist Item No. Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price II-1 3301.0002 Post-CCTV Inspection 33 01 31 LF 5025 II-2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 17 II-3 3305.0109 Trench Safety 33 05 10 LF 5025 II-4 3331.4201 10" Sewer Pipe 33 11 10 LF 5025 II-5 3339.0001 Epoxy Manhole Liner 33 39 60 VF 118 II-6 3339.1001 4' Manhole 33 39 10 EA 16 II-7 3339.1103 5' Extra Depth Manhole 33 39 10 VF 118 II-8 9999.0003 Connect to Existing Sewer Manhole 00 00 00 EA 1 II-9 9999.0004 4' Manhole with Interior Corrosion Protection 00 00 00 EA 1 UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 3 of 5 Bid ValueBidlist Item No. Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price III-1 0241.3013 Remove 18" Storm Line 02 41 14 LF 48 III-2 0241.3018 Remove 33" Storm Line 02 41 14 LF 78 III-3 0241.3021 Remove 42" Storm Line 02 41 14 LF 200 III-4 0241.3103 21" Storm Abandonment Plug 02 41 14 EA 5 III-5 0241.3112 48" Storm Abandonment Plug 02 41 14 EA 1 III-6 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 950 III-7 3137.0101 Concrete Riprap 31 37 00 SY 125 III-8 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 825 III-9 3305.0109 Trench Safety 33 05 10 LF 2766 III-10 3341.0103 18" RCP, Class III 33 41 10 LF 92 III-11 3341.0201 21" RCP, Class III 33 41 10 LF 470 III-12 3341.0205 24" RCP, Class III 33 41 10 LF 770 III-13 3341.0302 30" RCP, Class III 33 41 10 LF 222 III-14 3341.0309 36" RCP, Class III 33 41 10 LF 428 III-15 3341.0402 42" RCP, Class III 33 41 10 LF 30 III-16 3341.0409 48" RCP, Class III 33 41 10 LF 310 III-17 3341.1002 3x3 Box Culvert 33 41 10 LF 252 III-18 3341.1102 4x3 Box Culvert 33 41 10 LF 224 III-19 3341.1304 6x5 Box Culvert 33 41 10 LF 60 III-20 3341.2002 10x5 Box Culvert 33 41 10 LF 100 III-21 3349.0001 4' Storm Junction Box 33 49 10 EA 4 III-22 3349.0002 5' Storm Junction Box 33 49 10 EA 2 III-23 3349.0003 6' Storm Junction Box 33 49 10 EA 1 III-24 3349.0102 4' Manhole Riser 33 49 10 EA 2 III-25 3349.1009 42" Flared Headwall, 1 pipe 33 49 40 EA 1 III-26 3349.4103 18" SET, 1 pipe 34 49 40 EA 4 III-27 3349.6001 10' Recessed Inlet 33 49 20 EA 4 III-28 3349.6002 15' Recessed Inlet 33 49 20 EA 2 III-29 3349.6003 20' Recessed Inlet 33 49 20 EA 2 III-30 3349.7001 4' Drop Inlet 33 49 20 EA 1 III-31 9999.0005 Remove 12" Storm Line 00 00 00 LF 97 III-32 9999.0006 Junction Structure #1 with Manhole 00 00 00 EA 1 III-33 9999.0007 Junction Structure #2 with Manhole 00 00 00 EA 1 III-34 9999.0008 Flared Headwall, 10'x5' Box Culvert 00 00 00 EA 2 III-35 9999.0009 Parallel Headwall, 10'x5' Box Culvert 00 00 00 EA 1 III-36 9999.0010 Flared Headwall, 2-4'x3' Box Culvert 00 00 00 EA 1 III-37 9999.0011 Pedestrian Rail 00 00 00 LF 112 TOTAL UNIT III: DRAINAGE IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 4 of 5 Bid ValueBidlist Item No. Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price IV-1 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 13545 IV-2 3110.0101 Site Clearing 31 10 00 LS 1 IV-3 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 20145 IV-4 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 IV-5 3211.0400 Hydrated Lime 31 11 29 TN 746 IV-6 3211.0504 12" Lime Treatment 32 11 29 SY 20710 IV-7 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 2155 IV-8 3212.0507 10" Asphalt Base Type B 32 12 16 SY 2155 IV-9 3213.0106 11" Conc Pvmt 32 13 13 SY 17290 IV-10 3213.0301 4" Conc Sidewalk 32 13 20 SF 45865 IV-11 3213.0402 7" Concrete Driveway 32 13 20 SF 14490 IV-12 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 1 IV-13 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 14 IV-14 3217.0001 4" SLD Pvmt Marking HAS (W)32 17 23 LF 5655 IV-15 3217.0002 4" SLD Pvmt Marking HAS (Y)32 17 23 LF 13020 IV-16 3217.0201 8" SLD Pvmt Marking HAS (W)32 17 23 LF 290 IV-17 3217.0202 8" SLD Pvmt Marking HAS (Y)32 17 23 LF 440 IV-18 3217.0501 24" SLD Pvmt Marking HAE (W)32 17 23 LF 22 IV-19 3217.1002 Lane Legend Arrow 32 17 23 EA 3 IV-19 3217.1004 Lane Legend Only 32 17 23 EA 1 IV-20 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 20 IV-21 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 260 IV-22 3291.0100 Topsoil 32 91 19 CY 1610 IV-23 3292.0100 Block Sod Placement 32 92 13 SY 9650 IV-24 3441.1231 Furnish/Install Radar Advance Detection Device 34 41 10 EA 2 IV-25 3441.1831 School Zone Flasher Assembly (Solar)34 41 10 EA 2 IV-26 3441.4003 Furnish/Install Alum Sign Ground Mount City Std.34 41 30 EA 9 IV-27 3471.0001 Traffic Control 34 71 13 MO 1 IV-28 9999.0012 Permanent End of Road Barricade 00 00 00 LF 25 IV-29 9999.0013 Gravel Driveway 00 00 00 SF 755 TOTAL UNIT IV: PAVING IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 5 of 5 Bid ValueBidlist Item No. Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price V-1 2605.3015 2" CONDT PVC SCH 80 (T)26 05 33 LF 5300 V-2 3441.1502 Ground Box Type B, w/Apron 34 41 10 EA 19 V-3 3441.1772 Furnish/Install 240-480 Volt Single Phase 34 41 20 EA 2 V-4 3441.3003 Rdwy Illum Assmbly TY 18,18A,19, and D-40 34 41 20 EA 28 V-5 3441.3201 LED Ligthing Fixture 34 41 20 EA 28 V-6 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 34 41 20 EA 28 V-7 9999.0014 #2 XHHW Conductor 34 41 20 LF 15900 This Bid is submitted by the entity named below: BIDDER:BY: TITLE: DATE: END OF SECTION UNIT III: DRAINAGE IMPROVEMENTS Base Bid Summary TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS working days after the date when the CONTRACT commences to run as provided in the General Conditions. Total Base Bid UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Base Bid Summary ALTERNATE A Contractor agrees to complete WORK for FINAL ACCEPTANCE within UNIT I: WATER IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS Total Alternate Bid Total Construction Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS EXIST 16' NSi►I1 Af-rBf35� STA 1#23.78 OS-W 'A' INSTALL: 1-16'X6' ANCHOR TEE W/ HO1RZ THRUST BLOCKING 1-6' GATE VALVE - - - 18IFOF6.PVC 1-FH ASSEMBLY N 7020771.38 E 2293975.80 STA 1+19w 'A' -MOr-16 x 2' ANCHOR TEE w/ Haw THRUST BLOCKING 1-16' GATE VALVE & VAULT 20 IF OF 16' PVC (W) -t-16' PLUG N 7020771.23 E 2293962.02 PRESSURE PLANE VALVE VALVE 141LL BE CLOSED ONCE FUTURE NSW WATERLINE LPN 102687, X-269,39 HAS BEEN INSTALLED AT BUS 287.SEE SHE 02.5 TEL IARKER� 830 820 810 1 ADDENDUM NO. 1 \no. revision r yr 12' PVC WATER STA 0+8.150 OS-W-44' LINSTALL• i-i6 x12"TAPPING SLEEVE & VALVE CONNECT TO EXIST 16' NS1II N 7020744 74 E 2293962.30 PROP ASPHALT FAIT IJMITS OF ' PWT 53 r f r EMT LAX 1+00 GATE ear ROW 1/07/22 by date f GATE \ n E & JO TRUME TRACT 1 PETE & JCT�FD§ FAMILY PARTNERSHIP, LTD. BETE Ja Ili@�P@MFEf#11.l\1a�'W30§Hil y�ICTP:R.T.C.T. IN UMENT NC D21 3.E 9913 * P. R T l..•T, TRACT 1 S FAMILY PARTNERSHIP, LTD D213039813, C.P.R.T.C.7. League nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPE: F-230; TBP13: 10011600, 10011601, 10194381 CAUT?ONIll BURIED ELECTRIC UNE IN T1-115 AREA. VERIFY LOCATION & DEPTH PRIOR TO BEGINNING CONSTRUCTION. E,%15TO E 1 1 16' NSrV WATER I LANE A' ad ti 2+00 4 4 i �O DO'IR {P FUTURE S'DEW 16" NS1N WATER TER -:ram\ E1_ M51t'E R - 1$f ELE-C-I-e _J- _ PROP BLDG SETEBCK MOM BARI, EMBEDMENT & SURFACE REPAIR PER ?AIM A (YEAH III. C.i42) 2+50 FORT WORTH 3+00 4 " 1 1• BARB WIRE FENCE LOT 1BLOCK 1 EMS ISD HIS ADDITION T FU rum- G/.OUAD 0 `rl PIF E C/L 1� -4,Z 71D p scale Ito ri z 1" =20' pert 1 "=4' date DEC 2021 3+50 EXIST GAS t EXIST ROW FJIF1RE - 1O / ARP OF FRANC IISE + 1 UTILI1IES co vcr B WIFE Q830 FRCP ROUND 0 1 Pin" COT coo 4+00 vo.►: �...it of JERICO C. ROBLES j 0, �, �yo.- L'1 +4514� . ..., r}I%;S QNA '�4= ` ►WAN% Date: ALL HORIZONTAL AND VER77CAL FIrnNGS MUST BE RESTRAINS) AND $NTN ADDITIONAL CONCRETE BLOCKING AND GATE VAL IE MUST BE RESTRAINED PER DES/ON CRITERIA 5.6..3 P.E. 1/b7/2022 KEY MAP SCALE: 1:1200 NOTE. PRESSURE PLANE VALVES SHALL REMAIN DOSED AT ALL TIMES; NOTE COORDINATE CONSTRUCTION NITH GWS1TE HIGH SCHOOL C NIRACTc4 a 4 tnp GRAPHIC SCALE 20 0 10 20 GRAPHIC SCALE: 1" = 20' UTILITY NOTE 40 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UPLIT7ES, WI -ETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE 57TE 15 APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED 1N THE FIELD. THE CITY AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVTEINNG AND CHECKING ALL SUCH INFORMATION OR DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK NTH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING' CONSTRUCTION AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESUL LING FROM THE WORK. 7111S WORK SHALL BE CONSIDERED AS A SUBSIDIARY ITEM OF WORK, THE COST OF WHICH SHALL BE INCLUDED IN THE PRICE BID FOR ALL OTHER ITEMS THE CONTRACTOR SHALL NOTIFY ANY AFFECTED OWNERS (UTILITY COMPANIES) OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. 'WATER STUDY NUMBS?: W,SL 2020-1012 I City of Fort Worth, Texas Water, Sanitary Sewer, Paving, Drainage & Street Light improvements For Eagle Mountain -Saginaw ISD High School #4 OFFSITE WL LINE 'A' P&P BEGIN TO STA 4+50 r tnp project EMS 20173 sheet 1 i; 4. 3 C3.05 oP 1 r x r I r r i rn r--a - I o ad z �z ! I 'TA0+00.00G-W'A1'= STA 6+18.18 M-W 'A' INSTALL: 1--16"x16" ANCHOR T' IrrC HORZ ,THRUST 8LOCkING BEGIN 16' WATER N 7020776.60 E 229447018 STA 0+03 05-'W 17; 1-76" GATE VALVE V UL N 702077,E 60 E 2294470 21 d J a. Cra z 830 820 810 A ADDENDUM NO. 1 `no. revision I A0+14.83s-W'81 1-6" 90' B N 7020706. E 229 45 05-W '81' VAL VC ?05.44 STA 0+70.21 W 'A1'= STA 0+14.86 W '81' END 16' WA TE1s' BEGIN 12' wA 7 (FIRE) I BEGIN 6' WA /? j (DOM) 1 1-16'x6' ANCh? TEE W/ 1 HORZ THRUST 3►0C►CING 1 1- r16 x12" REDUCER N 7020706 40 E 2294471 92 f' 1 OS-W 'Al -41 JrN SZFWV6R rTAC-al PO 0'2) D OKF*LL, EMOED4IEN T & SURFACE-\ 901IN f'Eh' UE JAIL El Oat lr' 1U PIMP �.ROjND XIST ( IXlfO s - PIPE C/L .21 C/, a� 7.824 `-,EXIST 16" W 1/07/22 by date ( V I w �I w 1) CO n _ 0 cc STA C-1-51.70 05-W '81' 1-6' WATER METER & VAULT N 7020669.68 E 22907 .---S` A 0+61.58 OS-W '1' END 6' WATER (DOW- 1-6' CAP N 7020659.8-1 E 94486.17 12 (FIRE') -I S7j4 0+91.96 OS-W 'A1' ENO 12' WATER (FIRE) 1-12' CAP N 7020684.65 E J2294471.15 I STA- q+8B. 96- 1-121GA TE VAL 704068765 / E 229(1471.12,. .00 BA GXF7LL. � SURF PET` DETAI , C (REFER 7-0 lT. C 42) 8ACKFJL:;, EIIBb9MFJVT & WRFAGE QFPAIR °ER Otte. A 'REI ER TO ..d9T. C3 42) PROP 30' RCP A 50,_' 20/LyF +cu II -G_00�' BItcKf1LL 0+50 a 4 1! Le c„t r CNI tp L- X. ILL 1+00 League nall and Perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 4 1+25 830 820 810 STA 0+00.00 0S- A2 = STA 24+64.95 OS W 'A' INSTALL: 1-16 r16' ANCHOR TEE W/ HORZ THRUST BLOcK1'NG BEGINI 16' WATER N 7020796.10 E 2296316 84 ',-STA 0+03 05-W 'A2' 1-1 ' GATE VAL.VF & VAULT rI N 02079.310 LE 2.296316 8' et z I e �� 830 820 810 w 0 w w� CE Q. X 0 143 J824 ` 1 -11525' ►1 i TA 0+5 -W 'A2= STA 0+00.00 0. `t '62' END 16' WATER BEGIN 12' WA TE: (ME) BEGIN 6' WATER (► ) 1-16'(6'ANCH►• 1f W s - * THRUST 1f6 x1 ar `..;_?i11 M 70207 r 'III 229631744 W r 1-04. 7 OS-4 nr,VALVE 7C��► 3 E 4'296311 17 STA I'0+10.84 0S-W 1-6' 90' BEND N 7020727.66 96306.69 OS-W 'A2' fl- •A R EMI �+ ► T ACE Re #1 5H EXST fROiIINO #2) ITNTAr Al Ll ( Tad PIPE CA 6 LF 6' DR-714--A, MOO --EktrOX FORT WORTH 0+00 * 4 scale horiz vert date DEC 2021 PIP ti> STA 1fufi.63 OS-W 'A2' 2' COPPER TAP ON 12' LINE 2' IRRIGATION METER N 70289.47 E 2296317.q7 S? 1+)i 05-W 'if 1-12" GATE VAL I N 7020682.15. E 229631Z.78 r STA 1+16.94 OS-W 'A? 25' cEND 12+'� WATER (FIRE) / 1-12' CAP / + N 7020679.15 ,r ; r1 E 229631 74 TA 0+ q9.47 05-W '82 END 67 WAiER (POM) 1-6''CAP N ,620679.04 229630Z 07 TA 0+49.56 OS-W '92' J.'6" WATER METER & VAULT N 7020688.95 / E 2296306.99 f 6" WATERLINE LOWERING REFER TO DETAIL D-162 ON ISHT. C3.49 ram' Sa r 0Q / i1JAI 1AL41-1 tA1ti1.IJA(1'N1 &-ACE REPAIR _ PER AIL C (REFER "� T. C3,42) - EMBEDMENT -A -SLRFACE - -- REM ►Li EEMJgliik C.E40 '8,06IFT 16"DR-18. PR i$' 4 • o 00% E LEC V litt / Ex. ®1 &11111-1 ..ir I F 20.00 4 0+50 't us ov 1+00 1+25 830 820 810 �4-iEo Ij of e JERIC4 C. ROBLES 1/I'0, 114514i • ,-13m, �� Date: 1 /b7/2022 i KEY MAP SCALE: 1:1200 PIPELINE ENCROACHMENT AGREEMENT REQUIRED. ALL HORIZONTAL AND VERTICAL FITTINGS MUST BE RESTRAINED AND OM ADDITIONAL CONCRETE BLOCKING AND GATE VALVE MUST BE RESTRAINED PER DESIGN CRITERIA 56.1 STA 0+0,.00 OS-W Al' 1-16' GATE VALVE & VAULT T/P 817.76 at STA 0+70.21 OS-W Al' END 16' WARY BEGIN 12' WATER (FIRE) BEGIN 6' WATER MOM) 1-16'xe ANCHOR TEE W/ HORZ THRUST BLOCKING 1-16'x12' REDUCER T/P 16' 819.28 T/P 6' 81695 rt STA 0+896 0S-W 1-12' GATE VALVE VP 819.11 rz STA 0+6E35 05-W A2' END 16' WATER BEGIN 12' WATER (FIRE) BEGIN 6' WATER (DOM) 1-16'x6' ANCHOR TEE W/ HORZ THRUST BLOCKING 1-16'42" REDUCER T/P 12' 816.62 T/P 6' 816.29 STA 1+0897 05-W 'A2' 1--12' GATE VALVE TA' 816.46 P. E. NOTE COORDINATE CONSTRUCTION W7H ONSITE ELEMENTARY SCHOOL CONTRACTOR GRAPHIC SCALE 20 0 10 20 UTILITY NOTE 40 7HE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCAliNG AIL UITU1TES WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATTON. THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXSTING UNDERGROUND FACIUTIES Ar OR CONITGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATTON FURNIVED BY THE NACU OF SUCH UNDERGROUND FAMINES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD rHE cur AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COVPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION LW DATA, FOR LOCATING ALL UNDERGROUND FACILITES FOR COORDINATION OF THE WORK Willi THE OWNERS OF SUCH UNDERGROUND FACILITTES DURING CONSTRUCITON AND FOR THE SAFETY AND PROTECITON THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THIS WORK SHALL BE CONSIDERED AS A SUBSIDIARY ITEM OF WORK, THE COST OF WHICH SHALL BE INCLUDED IN THE PRICE BID FOR ALL OTHER IIEMS THE CONTRACTOR SHALL NOTTFY ANY AFFECTED OWNERS (UTILITY COMPANIES) OR AGENCIES IN WRING AT LEAST 48 HOURS PRIOR TO CONSTRUCT/ON. City of Fort Worth, Texas Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For Eagle Mountain -Saginaw ISD High School #4 OFFSITE WL LINE 'Al & 1A2' P&P tg a.c top project EMS 20173 Sheet 11 1C3.26ff ,T1 r 7 4 / Y 4 r 830 820 4 ono. 0 0 05 DRIVE 'A' MA ToH EXISTING 835.051 N 7020799.65 E 2294001.39 0S DRIVE 'A' DRIVEWAY RETURN_ , VP 834.336 N 7020769.89 E 2294004.88 lkition sffAA PDidRt 90.Z49, LT\ DRIVEWAY RETURN N 7020741.98 E-229,398G 46 GATE a, \I /GRAItErAl QRIUFWAY ; 0 7/31(// 8+00 uj N END ASPHALT TRANSITION Zk BEGIN CONC PA MIENT j CURB RETURN N 7020706.44 / J ��F 7+00 ADDENDUM NO. 1 revision // OS' DRIVE, 'B MATCH EXISTING TAP 833 29± N 7020669.70 E 2294002.65 OS DRIVE 'A' MATCH EXISTING 834.391 N 7020799.78 402768 TRACT 1 PETE JO BONDS FAMILY PARTNERSHIP, LTD., IN RUMENT NO. D213039813, O.P.R.T.C.T. STA 0+34.99. 11.90' RT I1 SOS ORIVE 'A' 1 DRIVEWAY RETURN VP 83.3.50 N 7020769.99 E INSTALL 35 18' RCP,/ EXIST GAS INSTALL-18-' ,STD. r°HDIf( PER TXDOT DETAIL PSET-SP FL 21' 830.70 1 STA 0+526 . 6.38' RT OS DRIVE '9' DRIVEWAY RETURN N 7020682 09 E 2294001.71 dfr REMOVE +4���*��i� 'LAO' STA 7+95 90 F AIDS RANCH= STA 0+00.00 OS DRIVE 'A'- STA 0+1a0.00 05 DRIVE 'E3' N 7020734.88 E 2294017.5.3 24 5' R r. t by GATE 1/07/22 date 0 8+00 5 'AN* DRIVEWAY -RETURN N 7020742.75 229405c3.5V\ pOST 16 11 WATE c P1iP 16' W4I R 9+00 • 3i EARTHEN SMOULDER FINISHING SOIL COMPLY WITH CFS STANDARD CONSTRUCTION SPECIF7CA 770N DOCUMENT 32 91 19 - TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS SOIL SHALL BE FREE OF CONSTRUCTION DEBRIS AND ROCKS GREATER THAN 1.5 INCH. BACKFILL WI771 CLEAN SOIL PRIOR TO SEEDING OR SODDING. (32 91 19) THE TOP 6 INCHES SHALL BE CLEAN TOPSOIL; FREE OF ROCKS GREATER THAN 1.5 INCH. (32 91 19) UPON REQUEST, THE CONTRACTOR SHALL PROVIDE TO PARR A COPY OF CERTIFICATIONS ON SOIL, SOD, SEEDING, AND HYDROMULCHING PRIOR TO INSTALLATION; ALONG WITH THE DELIVERY TICKET, IN ENHANCED LANDSCAPE OPTION, SOIL SHALL BE 50%' NATIVE SOIL/50X ORGANIC MATERIAL. STANDAR LANDSCAPING COMPLY WITH CFS STANDARD CONSTRUCTION SPECIFICA770N DOCUMENT 32 92 13-3 HYDROMULCHING, SEEDING, AND SODDING. VEGETATION COVERAGE MAYBE ATTAINED THROUGH SEEDING, SODDING OR H YDROMUL CHING. SOD 1S CONSIDERED ESTABLISHED ONCE IT HAS STARTED TO PEG DOWN (ROOTS GROWING INTO THE SOIL) AND I5 FREE FROM DEAD BLOCKS OF SOD. (32 19 30) SEEDING AND HYDROMULCHING IS CONSIDERED ESTABLISHED ONCE AREA HAS 100 PERCENT GROWTH TO A HEIGHT OF 3 INCHES WITH 1 MOW CYCLE (32 19 30) " UPON REQUEST, THE CONTRACTOR SHALL PROVIDE PARD A COPY OF ALL CERTIFICATIONS ON SOIL, SOD, SEEDING, OR HYDROMULCHING PRIOR INSTALLATION; ALONG WITH A COPY OF 7HE DELIVERY TICKET. UPON REQUEST, CONTRACTOR SHALL PROVIDE SEED: VENDORS' CER77FICA T70N THAT SEEDS MEET TEXAS STATE SEED LAW INCLUDING: TESTING AND LABELING FOR PURE LIVE SEED (PLS), NAME AND TYPE OF SEED. ALL SEED SHALL BE TESTED IN A LABORATORY WI771 CERTIFIED RESULTS PRESENTED TO THE CITY IN WRONG, PRIOR TO PLAN77NG. ALL SEED TO BE OF THE PREVIOUS SEASON'S CROP AND THE DATE ON THE CONTAINER SHALL BE WITHIN 12 MONTHS OF SEEDING DATE. (32 92 13-3) • N892.3'4J E 10-00 & 5TABONDSIANCH Alpo'R CURB RETURN N 702070731 E 2294059.18 • -r . ••r • • if•• • • a-•+• •-•• . • -- ./.. - -.r• . . • R TA 0+6 15971 LT NOS DRIVE -i-l- -- / MA TCH EXISTING j Tfr 831.571 � -1-N E 22940.54.19 I N teague nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 • CT lC ETA T PROP BLDG SE*K BONDS ROACH ROAD D �'• ' r ST T - • - •• LOT 1,1 BLOCK 1 EMS ISD I-S ADDITION T 10.' STD AL:K/ KE TRAIL • yr-`-r - - - - - - - - - . 13-•ih iwry` �.. �. - - - _ _ * - - �f�, �G/L: �� 6.4 r r • ILL �JI��AI�Ak _■ t, immon CURB RETURN N 7020710 72 -E i-229W.39 -------__� + .... • • • ........ --. r 71 +00 REMOVE & DIM2O E 376 LF EXIST FENCE BONbS iRANdFi 140AD 1 EXIST GRADE 0 CL ,-EXIST GRACE 0 LT ROW EXIST GRACE 0 RT ROW 9+00 FORT WORTH 10+00 scale horiz vert date DEC 2021 • t PROP 30' RCP 20 24.5' R -5-7A-04-55.p. 2751' RT/ HS DRIVE A' CURB REM VC 44.22 iGRA141.1C SCALE 12 40 BLOCK SODDING: WATER AND MOW SOD UNTTL COMPLETTON AND FINAL ACCEPTANCE OF THE PROJECT OR AS DIRECTED BY THE CITY SOD SHALL NOr BE CONSIDERED FINALLY ACCEPTD UNTTL THE SOD HAS STARTED TO PEG DOWN (ROOTS GROWING INTO THE SOIL) AND IS FREE FROM DEAD BLOCKS OF SOD. (32 19 .30) SEEDING: WATER AND MOW SOD UNT7L COMPLE7lON AND RNAL ACCEPTANCE OF THE PROJECT OR AS DIRECTED BY THE CITY. MAWTAIN THE SEEDED AREA UNTIL EACH OF THE FOLLOWING IS ACHIEVED: A. VEGETATION IS EVENLY DISTRIBUTED. B. VEGETATTON IS FREE FROM BARE AREAS TURF WILL BE ACCEPTED ONCE FULLY ESTABLISHED. SEEDED AREA MUST HAVE 100 PERCENT GROWTH TO A HEIGHT OF INCHES WITH 1 MOW CYaE PERFORMED BY IHE CONTRACTOR PRIOR TO CONSIDERAITON OF ACCEPTANCE BY THE CITY. (32 19 30) MEDIANS/ROWS SHALL BE MAINTAINED BY CONTRACTOR FOR HIGH GRASS AND WEEDS EVERY 14 DAYS UNTIL 11+00 tit • RCB 1/07/2022 IT Rep— NOT: THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING IN THIS AREA: FORT WOR TH WA TER DEPARTMENT 817-392-8296 ATMOS GAS ONCOR JCSUD FOR OTHER FACILITIES 0 0 1-800-344-8377 817-392-8700 1-800-344-8377 DWI SOURCE BENCHMARK: FD BRASS CP DISK STAMPED "CITY OF FORT WORTH MONUMENT NO. 904.5" SET IN A 10 FOOT CONCRETE CURB INLET AT THE SOUTHEAST CORNER OF PRAIRIE CREEK TRAIL AND TWIN MILLS BOULEVARD. COORDINATE CONSTRUCTION ;NTH ONSITE HIGH SCHOOL CONTRACTOR. UTILITY NOTE THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTTLITTES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATTON AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE RELD. THE TOWN AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HA If FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATTON OR DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. NS WORK SHALL BE CONSIDERED AS A SUBSIDIARY ITEM OF ifORK, THE COST OF WHICH SHALL BE INCLUDED IN THE PRICE BID FOR ALL OTHER ITEMS THE CONTRACTOR SHALL NOTIFY ANY AFFECTED OWNERS (UTILITY COMPANIES) OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. - PROPOSED CONC DRIVEWAY - PROP ASPHALT PAVEMENT City of Fort Worth, Texas Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For Eagle Mountain -Saginaw ISD High School #4 BONDS RANCH ROAD P&P STA 7+00 TO STA 12+00 830 820 be'!I LIJ gt C3.514 PROPOSED tnp project EMS 20173 sheet 4 Or 00 1 835 825 x 0 H FINISHING SOIL COMPLY WITH CFS STANDARD CONSTRUCTION SPECIFICA 77ON DOCUMENT 32 91 19 - TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS SOIL SHALL BE FREE OF CONSTRUCTION DEBRIS AND ROCKS GREATER THAN 1.5 INCH. SACKFILL WI7H CLEAN SOIL PRIOR TO SEEDING OR SODDING. (32 91 19) THE TOP 6 INCHES SHALL BE CLEAN TOPSOIL; FREE OF ROCKS GREATER THAN 1.5 INCH. (32 91 19) UPON REQUEST, THE CONTRACTOR SHALL PROVIDE TO PARD A COPY OF CERTFJCATONS ON SOIL, SOD, SEEDING, AND HYDROMULCHING PRIOR TO INSTALLA 770N; ALONG WITH THE DELIVERY TICKET IN ENHANCED LANDSCAPE OPTION, SOIL SHALL BE 50X NA 17VE SOIL/50Z' ORGANIC MATERIAL. STANDARD LANDSCAPING COMPLY WITH CFS STANDARD CDNSTRUC770N SPECIFICATION DOCUMENT 32 92 13-3 HYDROMULCHING, SEEDING, AND SODDING. VEGETA ]70N COVERAGE MAY BE ATTAINED THROUGH SEEDING, SODDING OR HYDROMULCHING. 50D IS CONSIDERED ESTABLISHED ONCE IT HAS STARTED TO PEG DOWN (ROOTS GROWING INTO THE SOIL) AND IS FREE FROM DEAD BLOCKS OF SOD. (32 19 30) SEEDING AND HYDROMULCHING IS CONSIDERED ESTABLISHED ONCE AREA HAS 10 PERCENT GROWTH TO A HEIGHT OF 3 INCHES WITH 1 MOW CYCLE. (32 19 30) UPON REQUEST THE CONTRACTOR SHALL PROVIDE PARD A COPY OF ALL CER7TFICA77ON5 ON SOIL, SOD, SEEDING, OR HYDROMULCHING PRIOR INSTALLA 77ON; ALONG WITH A COPY OF THE DELIVERY TICKET UPON REQUEST, CONTRACTOR SHALL PROVIDE SEED: VENDORS' CER I7FICA T70N THAT SEEDS MEET TEXAS STATE SEED LAW INCLUDING: TESTING AND LABELING FOR PURE LIVE SEED (PL S), NAME AND TYPE OF SEED. ALL SEED SHALL BE TESTED IN A LABORATORY WITH CERTIFIED RESULTS PRESENTED TO THE CITY IN WR/T7NG, PRIOR TO PLANTING. ALL SEED TO BE OF THE PRENOUS SEASON'S CROP AND THE DATE ON THE CONTAINER SHALL BE V1THIN 12 MONTHS OF SEEDING DA 7E (32 92 13-3) 00 28+00 N89 73'43'E PROP 16' WATER \ c& 29+00 :i-EdlPTHEN� � - ---- �__ - _ Y i�5W0�[ILDER-� p 16 WATER BONDS nt\NC II ROAD) r• ' • . •• • .•• •• .�.r r�. _"'_•_ +"• ,�� '� -re', ".i • ••"•��-. • •`• •• •• * •'• • • • • • •• •`:i Q' SIPEIVALX - , _ . . . . �- • .•� r•�' ,ems• MAINTENANCk PRIOR TO GRE)NSHEET BLOCK SODDING:: WATER AND MOW SOD UNTIL COMPLETION AND FINAL ACCEPTANCE OF THE PROJECT OR AS DIRECTED BY THE CITY. 50D SHALL NOT BE CONSIDERED FINALLY ACCEPTED UNTIL THE SOD HAS STARTED TO PEG DOWN (ROOTS GROWING INTO THE SOIL) AND 1S FREE FROM DEAD BLOCKS OF SOD. (32 19 30) SEEDING: WATER AND MOW SOD UN77L COMPLETION AND FINAL ACCEPTANCE OF THE PROJECT OR AS DIRECTED BY THE CITY MAINTAIN THE SEEDED AREA UN17L EACH OF THE FOLLOWING 15 ACHIEVED: A. VEGETA1TON IS EVENLY DISTRIBUTED. B. VEGETA T10N IS FREE FROM BARE AREAS TURF WILL BE ACCEPTED ONCE FULLY ESTABLISHED. SEEDED AREA MUST HAVE 100 PERCENT GROWTH TO A HEIGHT OF 3 INCHES WITH 1 MOW CYCLE PERFORMED BY THE CONTRACTOR PRIOR TO CONSIDERATION OF ACCEPTANCE BY THE CITY. (32 19 30) MEDIANS/ROWS SHALL BE MAINTAINED BY CONTRACTOR FOR HIGH GRASS AND WEEDS EVERY 14 DAYS UNTIL CITY ACCEPTANCE — ` 756' i►I^ RTT/fL H 2 STA ff415.2_,T F.P.EIEV 00.GI P'7 26+93;4 Fvr b8.58.z # ADDENDUM NO. 1 1/07/22 ono. revision by date Or 28+00 teague nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Forf Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 REMOVE & DISPOSE 500 LF L?QST FENCE — cPN /aazss • EST GAS TRACT 1 PETE ek JO BONDS FAMILY PARTNERSHIP, LTD., INSTRUMENT NO. D213039813, O.P. R.T.C.T. BARB WIRE FENCE EX1$T N1E ► _ II • 30+00 • ,PROP BLDG SETBACK A t r r*-•r-,S .".%. - . ..� +• XI DXIST UGE Lo' 7\1, BLOCK EMS ISDNHS ADDITI N. BONDS RANCH ROAD 4- 1 EXIST C-RA 3E 0 — EXIST GF;AD = 0 RT ROW ...%*%`•.-E 29+00 FORT WORTH scale horiz 1'-20' vert 1 "=4' date DEC 2021 — 30+00 t 4' ryAD N 7020767.31 �ry E 2296380.35 / BGWSDS RANCH 9.i: 7.49' L T PC17 C.t STA 0t32 18 17.59' LT Q OS DRIVE 'C' DRIVEWAY RETURN MATCH EXISTING_- T/P 821.38t N 7020792 27 E 2296405.44 INSTALL 18' STD. HDIK -' PER TOOT DETAIL PSET SP FL 21' 819.40 -: STA 04-00.00 NS DRIVE N, 7020759.06 E12�_38 59 31f00- 44. PROF' 21'RCp-- • . . • • • . 1A y`. `�•• R~ iybil 74. 21000' RT CURB RETL' ' N 7020731.44 E 2296344 54 Sre4 0+5519, 15.51' RI HS DRIVE E CURB RETURN T/C 822.06 N 7020704.6E E 2296,369.04 . r4ERCP 31+00 9. re Ittt A s Ir *� JERICO C. ROBLES 'fl 114514 1 c�s� NUS �i;��.... ��� Date: 245' R TYP REMOI,E EXIST RCP INSTALL 56 CF - PROP 4,3" n • 18' RCS' HS- - CURB RETURN T/C 821.48 N 7020705.01 E 2296400.05 I GRAPHIC SCALE 20 0 10 20 1 /07/2022 32 ' .CURB RAMP CRAP -IIC SCALE: 1" = 20' P.E. 40 NOTE- THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCA VA 77NG IN THIS AREA: TEXAS 811 1-800-344-8377 FORT WORTH WA TER DEPARTMENT 877-392---8296 ATMOS GAS ONCOR FORT WOR TH TRANSPORTA 770N/PUBLIC WORKS JCSUD FOR OTHER FACIL177E5 0 1-800-344-8377 1-800-344-8377 817-392-8700 817-760-5200 1--800--344--8377 BM}#I SOURCE BENCHMARK: FD BRASS CP DISK STAMPED "CITY OF FORT WORTH MONUMENT NO. 9045" SET IN A 10 FOOT CONCRETE CURB INLET AT THE SOUTHEAST CORNER OF PRAIRIE CREEK TRAIL AND TWIN MILLS BOULEVARD. (ELEV. 798.69 ) NOTE c trip C0 WDINA TE CONSTRUCTION NTH ONSITE HIGH! SCHOOL. CONTRACTOR. UTILITY NOTE THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTLITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCA VA 170N. THE INFORMATION AND DATA SHOW WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTTGU0US TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE TOWN AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR RENEWING AND CHECKING ALL SUCH INFORMA 71ON OR DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESUL TNG FROM THE WORK. THIS WORK SHALL BE CONSIDERED AS A SU857DIARY ITEM OF WORK, THE COST OF WHICH SHALL BE INCLUDED 1N THE PRICE BID FOR ALL OTHER ITEMS THE CONTRACTOR SHALL NOTIFY ANY AFFECTED OWNERS (UTILITY COMPANIES) OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. LEGEND: I - PROPOSED COWC PAVING - PROPOSED CONC DRIVEWAY - PROP ASPHALT PAWPAW - PROD' TOPSOIL & SOO - PROP 10' SIDEWALK/BIKE TRAIL City of Fort Worth, Texas Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For Eagle Mountain -Saginaw ISD High School #4 BONDS RANCH ROAD P&P STA 27+00 TO STA 32+00 835 PROPOSED tnp project EMS 20173 sheet 9' .71 r + 815 805 rt TE ii OS ORIW IC' DRIVEWAY RETURN MATQLE 7S77NG�, T/P 820.671 N /O2O/s4i C0 E 2296441.53 TRACT 1 PETE & JO BONDS FAMILY PARTNERSHIP, LTD.. INSTRUMENT NO. D213039813, O.P.R.T.C.T. £k7ST GAS x— ► ; .#.► :..►►f, 4.• . .• ram . . STA Oi-OID.00 OS DRIVE 'C' N 7020760 27 0 �— INSTALL 18' STD TXrOT DETAIL P FL 21" 817.80 P OS AH H 749r LT PAR 7020765.22 CMG' PROP 4& Res • •N• O d7 22$-.��. •E'229fi6443428• I n MAAI rENANCE PRIOR TO GREEN I 7ii, 7I r-,TDI!` �C1AT N892343t EJIRST OHE V ONIS IHAhrgH ROOD ' ••• �- • .. ••.•. r. .•. ' • . • • • • r • :i • TRAIL.. A '; . . . . .sr Aow E'ST U[ EXIST ROW PROP 16' WATER i DIST 16" WATER tr—[ I ffi 0v. 56. 34+ 00 BLOCK SODDING:: WATER AND MOW SOD UNTIL COMPLETION AND FINAL ACCEPTANCE OF 771E PROJECT OR AS DIRECTED BY THE CITY. SOD SHALL NOT BE CONSIDERED FINALLY ACCEPTED UNTIL THE SOD HAS STARTED TO PEG DOWN (ROOTS GROWING INTO THE SOIL) AND IS FREE FROM DEAD BLOCKS OF SOD. (32 19 30) SEEDING. WATER AND MOW SOD UNTIL COMPLE770N AND FINAL ACCEPTANCE OF THE PROJECT OR AS DIRECTED BY THE CITY MAINTAIN THE SEEDED AREA UN17L EACH OF THE FOLLOWING 15 ACHIEVED: A. VEGETA 17ON IS EVENLY DISTRIBUTED. B. VEGETA 770N IS FREE FROM BARE AREAS TURF WILL BE ACCEPTED ONCE FULLY ESTABLISHED. SEEDED AREA MUST HAVE 100 PERCENT GROWTH TO A HEIGHT OF 3 INCHES WITH 1 MOW CYCLE PERFORMED BY THE CONTRACTOR PRIOR TO CONSIDERATION OF ACCEPTANCE BY THE CITY. (32 19 30) MEDIANS/ROWS SHALL BE MAINTAINED BY CONTRACTOR FOR HIGH GRASS AND WEEDS EVERY 14 DAYS UNTIL CITY ACCEPTANCE ADDENDUM NO. 1 ono. revision 11 /07/22 by date 33+00 { FINISHING SOIL COMPLY WITH CFS STANDARD CONSTRUCTION SPECIFICA 770N DOCUMENT 32 91 19 - TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS. SOIL SHALL BE FREE OF CONSTRUCTION DEBRIS AND ROCKS GREATER THAN 1.5 INCH BACKF7LL WITH CLEAN SOIL PRIOR TO SEEDING OR SODDING (32 91 19) THE TOP 6 INCHES SHALL BE CLEAN TOPSOIL; FREE OF ROCKS GREATER THAN 1.5 INCH. (32 91 19) UPON REQUEST, THE CONTRACTOR SHALL PROVIDE TO PARD A COPY OF CERTIFICATIONS ON SOIL, SOD. SEEDING, AND HYDROMULCHING PRIOR TO INSTALLA TON; ALONG WITH THE DELIVERY TICKET: IN ENHANCED LANDSCAPE OPTION, SOIL SHALL BE 50X NA TTVE SOIL/50X ORGANIC MATERIAL. TANDARD LANDSCAPING COMPLY WITH CFS STANDARD CONSTRUCTION SPECIFICA TON DOCUMENT 32 92 13-3 HYDROMULCHING, SEEDING, AND SODDING. VEGETA 770N COVERAGE MAY BE ATTAINED THROUGH SEEDING, SODDING OR HYDROMULCHING. 50D 1S CONSIDERED ESTABLISHED ONCE 1T HAS STARTED TO PEG DOWN (ROOTS GROWING INTO THE SOIL) AND IS FREE FROM DEAD BLOCKS OF SOD. (32 19 30) SEEDING AND HYDROMULCHING IS CONSIDERED ESTABLISHED ONCE AREA HAS 100 PERCENT GROWTH TO A HEIGHT OF 3 INCHES WITH 1 MOW CYCLE. (32 19 30) UPON REQUEST, THE CONTRACTOR SHALL PROVIDE PARD A COPY OF ALL CER77F7CARONS ON SOIL, SOD, SEEDING, OR HYDROMULCHING PRIOR INSTALLATION; ALONG WITH A COPY OF THE DELIVERY TICKET. UPON REQUEST, CONTRACTOR SHALL PROVIDE SEED: VENDORS' CERTIFICATION THAT SEEDS MEET TEXAS STA 7E SEED LAW INCLUDING: TESTING AND LABELING FOR PURE LIVE SEED (PLS), NAME AND TYPE OF SEED. ALL SEED SHALL BE TESTED IN A LABORATORY WITH CERTIFIED RESULTS PRESENTED TO THE CITY IN WRITING, PRIOR TO PLANTING. ALL SEED TO BE OF THE PREVIOUS SEASON'S CROP AND THE DATE ON THE CONTAINER SHALL BE WITHIN 12 MONTHS OF SEEDING DATE (32 92 13-3) 3' EARTHEN •" LOT 1, BLOCK 1 EMS ISD S ADDITION I 21`' RCP ▪ • • PROW 45t.3' R.,d • r • r'.•: • 35+00- PROP 21. RCP ---- :V CO Vtf 6 BOIND$ RANCH= STA L►,-t 60 FLEiN; _ RANCH ROAD N 7020764 42 E 2296816 24 ▪ 229673104' .• i9P4AFT TRANSFORMER R&M & DISPOSE 500 LF EXIST FENCE f BONDS RANCH ROAD - L�1� r 16.E teague nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Forf Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 - - r EXIST GRADE ID FT ROW .'52': VC RT T/C L . L P .EV 812 24 Pif STA 34+19.4 f4rFL.t - AID -8:3X __ k=96.00 f EXIST CRM E 0 CL XI ST 29.5' R (T E 0 1 T RO •Ir r'7. 4 MARK • / i/ RTT/d;Qs>l -� D17ST UGE REMOVE & DISPOSE 500 LF EI)I7ST FENCE UP TO HERE 80c. CHAP WES INSTRUMENT NO. D21 821 9 :20, O.P. C.T. 4H1C SCALe 20 0 10 20 GRAP -1IC SC .LF_ 1" = 20' 34+00 FORT WORTH scale horiiz 1 "=20' vert 1 "=4' date DEC 2021 r4 m 35+00 R r 36+00 JEI?ICO C. ROBLES �Ifl' 114514 ��jSf�NAL.-��— � � c�15�' NUS i‘��ttiDate: �r. P.E. 1/07/2022 i Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For 40 NOTE- THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCA VA TING IN THIS AREA: TEXAS 811 1-800-344-8377 FORT WOR TH WA TER DEPARTMENT 817-392-8296 ATMOS GAS ONCOR FORT WORTH TRANSPORTAT70N/PUBLIC WORKS JCSUD FOR 0THER FACTURES 1-800-344-8377 1-800-344-8377 817-392-8700 817-760-5200 1--800--344--8377 BM}#I SOURCE BENCHMARK: FO BRASS CP DISK STAMPED "CITY OF FORT WORTH MONUMENT NO. 9045" SET IN A 10 FOOT CONCRETE CURB INLET AT THE SOUTHEAST CORNER OF PRAIRIE CREEK TRAIL AND TWIN MILLS BOULEVARD. (ELEV. 798.69 NOTE 1np COGWDINA7E CONSTRUCTION NTH ONSITF HIGH SCHOOL COWTRACT0R. UTILITY NOTE THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTLITIES, WHETHER PUBLIC' OR PRIVATE, PRIOR TO EXCAVATION. THE INFORMATION AND DATA SHOW WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE f7EL0 THE TOWN AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY DR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR RENEWING AND CHECKING ALL SUCH INFORMA 770N OR DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THIS WORK SHALL BE CONSIDERED AS A SU857DIARY ITEM OF WORK, THE COST OF WHICH SHALL BE INCLUDED 1N THE PRICE BID FOR ALL OTHER ITEMS THE CONTRACTOR SHALL NOTIFY ANY AFFECTED OWNERS (UTILITY COMPANIES) OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. LE( NO I J City of Fort Worth, Texas — PROPOSED COYVC PA HNG — PROP ASPHAL T PA VEAIENT — PROP TOPSOIL & SLID — PROP 10' 51 EWALK/BIKE TRAIL 815 805 PROPOSED tnp project EMS 20 173 sheet Eagle Mountain -Saginaw ISD High School #4 til C3.56 /1 BONDS RANCH ROAD P&P Nt STA 32+00 TO STA 37+00 3 '4 .. rt J BARB WIRE FENCE 411111111111101 16' 'WA TER ` STA 0+98.62 OS SD -A END 10'x5' BOX CULVERT\ 1 " tirlavra HEADWALL DET.FW-0 MATCH EIk1$T GRADE N 7020781.89 E 2294339.78 Culvert Outfall Protection D50 =(vI(1.8(2g(Vs-Yw)IYw))"0.5))^0.5 v = 11.07 fps 160 I b/It3 62.4 1 bltt3 32.2 ft/s2 Vs= Vw = 9= ❑s❑ = 9.39 in 18" Thick, 6" Bedding 820 810 a w o 0 w 0- 1 OHM RAKICH GOAD 3 PEDESTRIAN R PER TXDOr - DETAJL PRD13 TYPE ' 'RATING ONE B€ WRIF1ED VON i ■ UGh. GRADE/CHANNEL 11 13? TO SCHOOL PLANS ANS I A ADDENDUM NO. 1 ono. revision INSTALL 112 LF PEDESTRIAN RAIL PER T DOT. D�FTTAIL PRO'--13 WE p E 'As r 0+11.20 SD -A= STA 0+00 SO LAT Al 1-30'x21'--60' - .0 702472QS9 E 2294351.72 x 1144[;r �. STA 0+37.50 OS SD -A= STA 0+00 SD -A CONNECT 30" RCP TO 10 x5' RCB 1-4' DIA STACKED MANHOLE 11 N 7020720. 77 229434a52 B WI STA 0+00.05 SP-A I BEGIN 1Ox ' Box WL VERT 1 n r 1-104x5' STD PARALLEL NIrN1WALL 358 SY OF 24a THK ROCK kIPRAP -d5M2AT -_ N 702068.127 E 2294341107 I im ■■■ 1■ ■■ Pic 1■ ■■ims EN °. ■ EXIST GAS REMOVE & REPLACE 50 LF EXIST BARBED SIRE FENCE AS NECESSARY 11 n• i EXIST -OVERHEAD ELECIRIC 30" RCP SD -A N8973'43E 21 " RCP SOLATA1-�� S31736'172' • pi 5_i. - "ca'■E 2. I3 fs 1/I ict; iI 1 0+00 EXIST 1/07/22 by date GRADE ► BOX ■■■■■■■■■ ■■■■■■■■■ W■■■■■■■ NPI MEMO E OMMMI ■■■■■i ■■■■■■■ t�1 ■■■ 0 00 xr.T' k . ■i■i f n■■ ■■m i - ri■■■■ 16"ui ■■w..: s - IF --7! � . g ) o M■ 39'.9 c ■■ ■■ ■ ■ ■ s 9. 9 fp N8973 4.3'E rA0+1185SDLATA1�_ � CAU77ONN RED ELECTRIC &' IELEPHI UNE LOCATTOW&DEPTH TO BE VERIFIED BEFORE TRUC STORM DRAIN LINE 'OS SD -A & SD -A' x } .1 4 FUTURE STOI+i~ cti� DRAIN & INLET - - - - - - - \T- STA=t»3695SD LAT 1-21" PLUG FOR FUTURE CONNECTION N 7020754 57 E 2294510.51 30' RCP SO -A N8923'43 E CHANNEL HYDRAULICS 0100 = 33225 cfs n=0035 v = 6.13 fps L.5' 30' SECTION A -A N. T.5 PAW►IIG STA 2+21.42-SO-A= STA 0+00. SD LATA4 END 30'a RCP BEGIN 24' RCP 1-4' 50 STD SDMH N 702072311 E 2294561.93 - .21"RCP ` 1 5D LA T A4 '17'E STA 0+11.99:-'LAT A4', .: 1-15' REC. CURB INLET' N 7020711.11 E 2294562 05 PROP Bi.DG SETBACK 1 1 to 24 RCP SD -A N8923'4rE ■■ •-fi�rr-;; � �■ , ■■m; J atJ ■■ 00 21 3 A 1 .11 "v e 48 g + MA • _mum ■■■ *mom 1 +00 teague nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 a ■■■■■■■ ■ ■■■■■■■■ ■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■ ■■■■■■■ ■■■■ i _■ -■ IZLI■■■ ■■■■■■■■■■■■■■■■■ ■ �■ Ey ► �w , ..,. ■■■■■■■■■■■■■■■■■■■■ Ilium �� .p- um mum I�WE■■■■■■■■■■■■■■■■■■■I_M =ENE mmiswei 1 ErC°F remil MI _I ■■■■i■i�i i�i■=■■■■■m: t . , aft :. ■iIr .. , .. , 1 ■■■■■■ iti-im mummmemmaam gym•-••��� ■ ■ ■ ■ ■ ■ e' "\ 0 M co { z J U NOTE COORDINATE COWSTRUC]7GW 111 H ONSITE HIGH SCHOOL CONTRACTOR. C tnp r GRAPHIC SCALE 20 0 10 20 GRAPHIC SCALE: 1" = 20' UTILITY NOTE 40 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL U17LITTES, $1ETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. THE 1NFORMAT7ON AND DATA SHOWN WITH RESPECT TO EXISI7NG UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE 15 APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE CITY AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMA T70N OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR RENEWING MD CHECKING ALL SUCH INFORMATION OR DATA, FOR LOCH T7NG ALL UNDERGROUND FACILITIES, FOR COORDINAT7WN OF THE WORK NTH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESUL 77NG FROM THE WORK. THIS WORK SHALL BE CONSIDERED AS A SUBSIDIARY ITEM OF WORK, THE COST OF WHICH SHALL BE INCLUDED IN THE PRICE BID FOR ALL OTHER ITEMS THE CONTRACTOR SHALL NOTIFY ANY AFFECTED OWNERS (UTILITY COMPANIES) OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. l - fob-r� r� oi0o I= Qcap = v' ❑❑ !4❑.❑ cfs ' 5 cfsi 0+00 8.19 ips CtPRIZA wW'L. II FORT WORTH .2,7an II I cap. = 5 Sf = 0. 400 00 6•07 3 fp a scale horiz 1 "=20' vert 1 "_4' date DEC 2021 J L 1 +0❑ t 0 49 cf cf 4.$8 fpa RS gd 2+00 _44 �4F��,i P.: ,r: .•� JERICO C. ROBLES r i r �, . 114514 'i.2 ,,c, tt�`FSitiet ti.51;:...t1t1".°-. �.:4t%Date: 1/07/2022 <s P.E. oo (Tooi 7. V1 9❑ .9 48 fps 825 ■ • I" !-I 3+00 City of Fort Worth, Texas 815 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements Eagle Mountain -Saginaw ISD High School #4 STORM DRAIN 'OS SD -A' P&P 'SD -A' P&P BEGIN TO STA 3+50 For PROPOSED a L C3.84.#� tnp project EMS 20173 sheet rt • 5' rt r / r� STA 0+44.16 SD LAT C1 DRAINAGE 790 780 w J 0 0— STA 0+00 SD L4 T Cl 1-5' SQ. STD $0MH N 7019075.30 E 2.296979.94 42' RCP SO-C N32731401' STA 0+oa 010 BEGIN 42" RCP 1-42' STD HEADWALL `' PER TXDOT DEF.. C 1-FW--o 160 SY 18' 714K ROCK RIPRAP 15D12 In N 7019051.16 E 2296997.09 STA--0+8.3 47 SD-C BEGIN CHANNEL N 7018980.55 E 2297041.60 Culvert Outfall Protection DSO ={vl{1.8{2g(ys-yw)Iyw))"0.5))"0.5 v = 12,12 fps Ib/ft3 Ib/ft3 Ys = 9= ❑55o = 160 62.4 32.2 ftls2 9.83 in 18" Thick, 6" Bedding fi 77tDr0 10' BLDG SE78ACK T0'Ac�SSWT N1650'44 "E IO" SEWER isb STA 0+21.35 SD LAT C2 1-21' PLUG FAR FUTURE CONNECTION 'N 7019216.53 E 2297041.20 IFILEMING namc-o=ll GOAD 1 — OFFSITE STORM DRAIN LINE 'C' 0. Q. ap = 10FF).6 - r + = 12,12 1604y4visIEL___743,1;_79,. PROPSITADi o a o>F 1 ——sr,(o+14,ss r 1--15' RE \N N 1 • •.20 229703422 21' RCP SD LAT C3 N5231'10"W • STA 4+12 50 SO-c STA 0+00SDL4TC3 1-4' SO STD SOMH N 701944477 E 2297050.53 — CHANNEL HYARAULJCS 0100 = 116.59 cfs n=0.078 v=285fps 121 SECTION A —A NT.. Iv% EXJST GRADE �it c bVA _•k 0 al:4b�r�' — ~, Q ADDENDUM NO. 1 no. revision O T 1/07/22 by date a 1 0+00 teague nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 a RCP Q140 = 4.� L2c p = •Sf = V100- 5 fs 0 T5 .8* f 1741 1+00 8 FORT WORTH scale horiz 1 "=20' vert 1 "=d' date DEC 2021 00 2+00 1 a t z 01p0 L)cap 5f VI 0❑ 8. 5 ifs b Ts 1 R1 =14. 1 06 3+00 ��.Z�Z ��E 9F TEt\w1 F i' JERICO C. ROBLES ,fir i� 114514• Q�P t1�� ', Date: F.E. 1/07/2022 i 2 CP 3' Qc a� • 5.09. Sf it .0078 41 PIPL�10'PVlr55 COINC ENCASEvEA T 4+00 NOTE COORDINATE CANSTRUC]TON I11TH ON51TE HIGH SCHOOL CONTRACTOR GRAPHIC SCALE 20 0 10 20 GRAPHIC SCALE: 1" = 20' UTILITY NOTE 40 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILI77ES, METIER PUBLIC OR PRIVATE PRIOR TO EXCAVA 170N. THE INFORMATION AND DATA SHOI+N NTH RESPECT TO EX/S17NG UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SIZE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN 771E FIELD. THE CITY AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. 7HE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR RENEWING MD CHECKING ALL SUCH INFORMATION OR DATA, FOR LOCH 77NG ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK 4f171 THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESUL T7NG FROM THE WORK THIS WORK SHALL BE CONSIDERED AS A SUBSIDIARY ITEM OF WORK, THE COST OF WHICH SHALL BE INCLUDED IN THE PRICE BID FOR ALL OTHER ITEMS. THE CONTRACTOR SHALL NO17FY ANY AFFECTED OWNERS (UTILITY COMPANIES) OR AGENCIES IN HR1T7NG AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. City of Fort Worth, Texas Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For Eagle Mountain -Saginaw ISD High School #4 OFFSITE SD LINE 'C' P & P BEGIN TO STA 4+50 790 780 a a I! 1 < k C3.90 PROPOSED tnp project EMS 20173 sheet r r Or r ■ r • 790 780 SD LAT Cl 1000 �a is t f - 0.01 ►110=10.81-ills kn. ! 0+00 0+00 mt ADDENDUM NO. 1 `no. revision 1/07/22 by date SD LAT C2 0+00 teague nail and perkins, Inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 r t . h Pike rom /4 SS--1 .L 0+ 00 FORT WORTH s� scale horiz 1 "=20' vert 1 "=4' date DEC 2021 SD LAT C3 t 4 78 78'D �� 9F‘k ti ir:c?:. I it or* •*11 JERICO C. ROBLES r ihl;. 11451C4r¢� g 1l�►�ttt .4. Dat SD LAT C4 Q1 006. a Qc]p = 29.n4 :fs Sf=�Q V100 - 2.77 he 0+00 e 1/07/2022 City of Fort Worth, Texas Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For Eagle Mountain -Saginaw ISD High School #4 OFFSITE SD LINE 'C' LATERAL PROFILES 790 780 PROPOSED w J w J L tnp project • EMS 20173 k C3.92 ffi sheet I t I t T F ■ 4 5 fit.! 4 SECTION D7AtE11570N5 11 flt.1 2 rT fhn.1 7-5 TO 75 h e./ lar.1 fi 5 BOX DATA Helit M ight (Man) (ft.) f /n.I c2 - 038 A51 I!I L;11 Weight irons) 1527 0.15 0.12 1118 0.18 014 45 REhyrORCING Isq. in. / 452 A53 A54 ASS .457 458 4 2 5 4 2 5 5 3c3 38 0.38 0.19 0.77 0.12 .5 3 --5 38 0.13 0.13 0.13 0.12 3,6 3.6 4 2 3 5 10 38 0.12 0.12 0.12 0.12 4 2 5 5 5 15 36 034 0.16 0.16 0_12 a 2 5 5 20 38 0 78 0.20 021 0_12 o S 7 5 5 5 75 38 023 825 0.75 0.12 • = 3,6 3.6 3.5 - 3,6 4 2 5 5 5 30 38 0.28 0 30 0.30 0.12 - 4 7.5 5 - 3.0 5 .2 - 078 0.31 _0.18 0.12 0.18 0.18 0.14 5.0 5 2 -3 38 0.15 672 -0,20 0.12 -- ------ - 4.1 .y 4„? 4 3 3 5 5 3- 5 38 0.12 0,0 0.16 (1.17 4 3 5 5 10 38 0.12 0.14 014 0.12 jai 4 3 5 5 5 15 38 017 0.78 4.18 0_12 • 4 3 5 5 5 20 28 0.14 0.22 0-24 0.12 5 5 .5 30 38 ...0.77 035 0.35 r1.32 3 5 5 25 38 0 17 0 29 0.79 0.12 4.7 3.7 - q-7 5 se r5 5� \ 4d min `radius (Typo -7Na. radius 1T7p1 ,-A52 Roo) A53 Ibottomi 454 tattle) 3 (_3.3lmmum ten rIequ R fs ar ro (T1p1 spacing d! 1inglrudinl reinforcing plus 2' ffyb1 Ilk - Longitudinal 4_I 1 el nt ar ring - 4.7 4 4 75 5 c 4.1 0-18 0.33 0.20 0_12 0.18 0.18 0 74 5,5 4 4 5 5 5 2 c 3 38 072 826 0.23 0.12 S 3- 5 la 0.12 0.16 0.18 0.12 4.6 - 0.8 4 4 5 5 5 10 38 0.12 0.15 0,13 0.12 4 4 5 4 4 5 5 15 38 0.17 019 0.20 0.17 5 20 38 .0.12 025 0.25 0.32 4 4 5 4.6 46 5 25 38 0.34 0.31 0.32 0.12 4.5 4,6 a 4 5 5_ 30 ... 36 0.17 037 0.37 0.12 (I:. For blrr length - 8'•0" A51 thin 454. 457 and 458 are minimum rerhored areas of reonlarrpmknl per rineaf :nor or kilns Iengtl. 055 f5 m+nlrnom fequrred area or rent orrenlent per linear root or 6n. wA7tb. J Centenf slahellaed r+arrlrhl� MULTIPLE UNIT PLACEMENT See Section rho Ciro detach for curb detafi5 -••. Ind of coral eta box r111Yert for pay5e3H eraser culvert waft Cast in place concrete c11250ro (Place 4 - 04's as shbwn.t11 j{ 4.0 - Cement -f/ b3rk7iff�• :7? tit b i 1 End of 'Concrete Boy f0lver[" Pf rr s53htlired baitflhl CORNER OPTION "A" A52 Otago 75 11i5, Ma for T5 s 5" ' w 4' Min for f5-3 Sn • Tr71 454 , J CORNER OPTION "H.' FILL HEIGHT 2 FT AND GREATER V:" 11h1 (TV GI 6" Aran T Ala/ (Tvpl L4hg1[udlral I` rel11f0rrament • t linter cage 453 (0atren11-,cirturmrerenfial taint orcemete ar groo,e end Pr eras/ concrete Ito. ■ ■ SECTION A -A 1Sh0win0 top and 04710!e clan burnt rernrnrremonr 1 ' '- ` -- Cast-tn-place r0ncrele closure (plate d - #4's .as showfr.))(TT. SECTION B-8 DETAIL 'A'b'+J Florence grade ((Dana. y slcvp' Plate additional layer of 6 - #4's shared at 6" ma.c 65 shown C 3" rhainfer / - - ' (. Precast (See General f &meal concrete 3-0" Pre rfosure' 4r Dot ton SECTION THRU TOP SLABS LESS THAN 81 10" Edtead exposed reinforcing Inside and outside a min ai •11' into gap ANGLE DETAIL Cclnctere 1110allf a-.. B' wine band.l - -0ul5ade Fare • reinfafting WWWWW rp0itle fare - I'15111e rare ern,orri3g SECTION A -A 41 10 End of Cer1[rPte b11k CI133erb for pdyrnellr fTYp) -• - F1n15neo agape Ir±ae1wav slope} 3" than .r.-• (See r•1 •'•i tenTF Si SECTION THRU CURB 37JANTITIES PER FOOT OF CORE .16 Reinforcing. Steel 4.12 in Concrete 0.037 CY 3'-0" M1#n p cox (1 452 fool 45.3 (bnrtoml •---End of concrete bore 7-0lvert far payment 3.0' Min 1'-0` Alin extension Wingwall 2-9 Cast -ire -place concrete closure L�(i d PIPra51 C9n1r11N I bob WINGWALL CONNECTION (A1s0 applies to safety end freatnient.l 2-0' Min - (Two! 1'-0" Min extension (Tye) End of (317 10- plate concrete • • L3,Sure BARS C (44) (Sea - 1'-0' Maxi. Centaur stabiii3ed llarkfl(l .between o15tti-boxes �g ] 1nh nr PLAN OF SKEWED ENDS 15/Jawing multi -box placement.1 10f1111 !fr A A /t A /L /t A JL /ti h A A A A A A A J• A A J� J.. /► A A A.. A A _A- A ADDENDUM NO. 1 ono. revision 1/07/22 by date 0' teague nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 Fx www.tnpinc.com TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 4 I • BARS IG (#4) r5ca - 1'-0" 1.{axl (Length. = .e-2) 5 5 r: 4d API! radius tTyp) AS4 1" (Typ 'frlhess n01ee etnerw15e1 1" '(Typo -7 Ala/ raafu0 73 rTynl t '-A58 .-A52 ,-A57 1 75 1" Max Ter T5 <_ 5" 4" Alin ier 75 a~ ..AS3 CORNER OPTION "14" CORNER OPTION "8" FILL HEIGHT LESS THAN 2 FT tenor es equar In sparing of lnngdvdlnai Ie4r1r13r33113 plus 2' r /r1' Yuri 11Yrrh MATERIAL NOTES: Provide 0.03 sq. in.J1r. flriillmllln rongi[udrnar reinforcement at each race rn stab; inn walls This minimum techoirer1?rr1 oriel' ea rnci by the transverse verre5 when wore 11ie5h reinforcelnorr[ is. used, r, on/rye Clefs H Concrete r7 r = 5,000 ❑711- GENERAL NOTES; Designs slmort r01/Orel! 1n.ASTM C7577 Refer to 4577I C7571 for rnfrvrrwtign or details eat shown See Bo/ Culverts Precast Ahsrelraneous Details 75CP-M0j standard nheea rnr d.'raeis and note) not ;boon rA flan of furnlsning the dns)Qns shown on Erns sheet, the contractor !Ilan furnish ail altornOLL d1slgh that r5 equal to or **RCeens the 1151 de51g1r tor the anon alit 1eiahr irk t table. Submit snap afarr5 )of alternate designs in accordance with Item "Precast Cnnrre[e Strlrrtura7 Members 1Fabrfcatian7'. 1403 LOADING 'Awns Department of Transportation term Stem:for 57a11d41d SINGLE BOX CULVERTS PRECAST 4'-0i1 SPAN sroadis317..ar: 3 7rl131r fere. ,1a.1n SCP-4 T,b71 •., ,..'r1=Tfo91 }a mar rur h� I�rrrr si.rrrba I.1 f 0- Min to 5.8" Me.t. Estimated curb b,eightts are shown elsewhere re the plans ref StrOCter0S wit)+ pepestrran tall, blcy[)e N.V. of curbs rather than 1'•0, refer to the Extended Curb Details (ECD) standard shoal. Fur srrnuuree with T637 or 763165 broads rail, refer to floe Mounting Details far 7631 & 16317.5 Rails 1T631-041 standard sheet. Refer to the Boor Culver) Hail Mourning Derails 1RACt standard y7 yy sheet for structures with bridge r'a13 other than 7631 or 1-631LS. ICJ Fur Le 73 1..35 fn... 3'-a' rrrg11. PHI Mari 31 u. 15,15.e bar herght d5 necei5ar y to m4rn[51n [Nei, For curbs fens Men 3" high, Bars k may be *mated, l 3 Y Estesd curb. winywahl, or safety end treatment renfarclnq 1nt0 curl -fete .r1a011re. Bend or trim, as necessary, any reinforcing drat does not fit il,lo closure area. { a } provide a 3-0" )din cast -in -place Cinicrete closure Bread' Sack bolds in the rletd ep rasf bores Shutt Provide 3±Dda eF res3nforr(919 in the closure titer are the same 51.5 Atld Y03(In9 a5 PO the precast Ogg section. Provide xJ leogiludrnal )elnfprcernent Solaced of 17 'mhos Mat wrlhln roe 7-15547.e Escepr where 5hmyr0 a/herw1,5e. 1d1atrlfr) the cast-rn-pure rlose.re flush with the rnsiee and 01R;lde faces of me pretasf 1Px secrl0n. I.51 For 1n11tuple mot p)arerl1ellr5, adjust the length of the closure for the lntertbr walla Os necessary. Provide a i-0.' Min cast -in place closure in the top stab. bottom slab. and 0xlerrdr welt. See 5acrion 0-13 detail whin lnierror waifs are cast full length. !6 } Extend preca3f bon r 2in7orring a minimum of 1'-0" onto ronrrele riosurefry5) piece bands of reinforcing matching. the inside and outside. tare reinfartn1g in toe yaps of the fop and bottom stabs Plard a hand marching the outsnie Face retnforr.fn4 of the wall i1r the gaps or the walls ipla0ed on the dutslrte rare ontyl Tack weld the bands to the exposed reinforcing at each bohlt of confect. i 81 tar ventrle 547err, the following 3'e1311'e111enfi mutt 11P n3A11 • for iir0Nures w11h03t br Woe. raft, construct curbsno more than 3" above ri1tshed grade. For structures with bralge raft, construe[ curbs fltrsh with rfnished grade. Rrdlrrr curb heights. If necessary. r0 meet the above requirements. No changes will be. made in 170anti[re5 anti rid adert110a1 compensation will be allowed for this work. f 9.1 Cement stabilized 6a010 between boves 15 considered pert ar the box culvert f el p8lnlenl. I.ith All curb concrete and reintorri,rq fs considered part of 1-he box Culvert for payment. 1f 3) Any addil7anal concrete and 7...Warclag rer7ofred for the closures wilt be considered subsidiary .to the bon, culvert for payment. I121 I' 37 iypre41. 2'-3" when the Ilex Culver[ Rafl Mounting De[aits (RACI standard sheet i5 referred re elsewhere rn the plans. 73j For 5nuhtlp7e unit placement with overtly, with 7 to 2 course surf are lreatnlenl, er with the top 50ab as the Dinar riding surface, pr0Ylde wall C165f.rre as shown in Detail "A„ '14) Tnrs d3n1e3sf1111 may ❑e rn1/8305d with approval or the Engineer in aIIOW the precast bores to be funneled el jacked in accordance with 1te16 476. 'locoing, Boring, 71' T400(4159 Piga or 2ek". NO payfnpn[ will De made 3±' any addiriO3at material in the goo between adjacent boxes. MATERIAL NOTES' Provide Grade 60 reinforcing steel Provide ASTM 43064 welded wire reinforcement. Provide Class f concrete frc - 3.600 06i1 for the closures Provide Lemon! 5rabhtl:ed bat31177 dlee1r15 the re0urrelr.eht5 of Item 400. "Eyravalldn and Bar3rrll For Structures." Any addi1io11a1 confrere revolted for the tlpsure5 w311 be considered subsidiary to the bon culvert GENERAL NOTES: Desaglred according [b AASHT3 !RFD Bridge Design 5petifitarians. Refer to the 5ir1g1e 8or Culverts precast (5CP) standard sheets For details and .notes not 530145. Chamfer She bottom edge of the top slab. r16s11re 3 Riches ar culvert closure ends. Cover dimensions. are clear drmensfsns. unless noted 0therwrse. Reinforcing gars dimensions are out -to -our of bars 1-1L93 LOADING 14- ,Texas Department of Tranport8Nan BOX CULVERTS PRECAST MISCELLANEOUS DETAILS 51'0'1191.15 311•Pgf1 r , r17r F. i W ar 2b2h •3Rtar SCP-MD Bridge rvfelan Standard Lk' • L4I• ion 61tnry.p0ll=' i50. A JL A A A A A A A A A A A A A A A A A A FORT WORTH AL A scale horiz vert Chide DEC 2021 A. s [1t.7 a BOX DATA 56t7108 a7MFN5106S f r71 M H TT T8 TS Height 11091 11t,) 1lh.7 Orin) . OR, lft.t fin)q$1 452 453 -.54 2 6 7 7 r 2 - n.23 n.77 0 19 ' 7 7 2 r 3 33 025 0.21 0 17 0-17 7 7 3 - 5 43 0.20 0.17� 0,77 0.17 7 7 10 39 0.20 0.17 0.17 C1.17 6 2 6 2 6 2 R(ISFOSCIMG [sr1. in, 1 A55 457 458 rt01,5i 0.17 0.19 0.79 017 72 6 2 7 7 35 39 026 0-20 920 017 6.15 6.3 6.8 69 6 2 7 2 20 39 034 026 026 0.17 6 7 7 .7 2 75 391 043 8.32 0.32 0.17 6 2 7 7 7 30 39 0.52 11.38 0,39 a-17 _ w G 3 .S 7 7 - 2 020 0.31 0,22 0.77 0.19 0.19 10.17 7_9 ff 3 7 7 l r 3 43 11-21 a24 0.10 R,17 - - - 7.5 $ 6 3 7 7 3-5 39 0.77 0.IS 4.17 0.17 _ - 7.5 4~ 3 7 7 7 039 0.17 0.14 cisYI.17 - 75 7 7 7 13 38 022 0_24 02J 1517 7 7 7 20 38 0.20- 0,3I 0.31 1717 7 7 25 38 0.35 0-38 0,39 317 6 3 7 7 7 30 38 0.42 0.46 0,46 0.17 - - 7.5 6.8 6_8 - - 6.8 7-5 7.5 .7-5 6• 4 8 7 7 c2 6 4 7 T 7 2r3 43 7 7 7 3-5 37 0.19 034 025 0"17 0.19 0.79 AI7 8,6 0.19 0.27 021 0.17 - - - 8.2 0.17 0,21 0,19 0.17 - - 8.2 6 4 6 4 7 a 30 39 4-77 0.20 02! 0-17 15 38 11.18 t3.27 11.27 0.17 82 - 82 6 4 7 7 70 38 0.24 034 0.35 077 6 4 7 7 25 38 029 0.43 0,42 0.17 6 4 7 7 30 38 035 0.57 032 0_17 8.2 8.2 8.2 6 .9 .7 7 < 7 - 0.10 4.37 4.28 1217 01,19 019 0.17 9-3 6 5 7 7 7 2 r 3 43 a.17 0.30 .0,24 0.17 7 F 7 3 - 5 43 0-17 0-23 0.21 0.17 - 7 10 39 0:17 0-22 a23 0.17 41- g 6 _ 5 7 7 7 15 38 0.17 0.28 a;23 0.17 - F 6 5 7 7 70 38 0.20 037 0.38 0.19 - 6 5 7 7 25 38 0.25 0.49 0 46 0.17 - as 6 5 i "s Rr 6 5 7 7 3 73 rA 8.9 89 8.9 8.9 89 8.9 6 5 7 7 7 30 38 030 0.54 0.55 0-17 6 6 8 7 8-9 r 2 0.19 038 0,30 0.17 0.19 0.1-9 0.17 10 B 6 7 7 7 2 s 3 52 0.17 032 026 0.17 9_0 6 £ 7 7 7 3 - 5 52 0: r7 0.24 0,22 0_17 6 5 7 7 30 43 0.17 1573 0.24 0,17 9-6 R6 5 5 7 7 7 15 39 0.17 029 0.31 0.17 6 6 7 7 24 39 0.15 0_38 61-39 0.17 9.6 9-6 6 fi 7 7 7 25 38 0.23 0.46 0.48 0.17 8 5 7 7 7 30 38 027 0.55 0.57 0.17 a m a 14 Aux lenyfh 1.2 : A51 rnru A54- 457 and 458 are rnlnl'nu+rr requrree Al ea5 u7 7ernfercement per linear foot of box Ierrg1ll AS5 is minima., required area 6r relnlarrenrenr per Priem rail or )lax N•r5ta 9.6 9.5 TABLE OF VARIABLE DIMENSIONS _ AND QUANTITIES FOR ONE HEADWALL 5; Values for One Pape values to be Added for Earh Arlon Pipe o /1 17' 74 4'-7T,5 A 2'-6" Y 2'-10" L 3-34y' Relr11 rCbs7 88 Cdne rui 3� 06 0-7 k and W 1'-9" !Mini 14Lcs1 20 Cbht IGO '7l 02 15" 5' - 5 3a' 7 - 9 17" 3 - 4" 7 - 10 t3' 163 2' - 2" 24 0.3 re 6'- 4 4j 3- 1' 3'- 10 4- 5- 124 10.9 2'-8' 32 0.3 21" 7' - 7)7' 3' • 4 .1} 4' - 4' 5' - 0" 143 7.I 3'. 1" 43 0.4 24" 8'-2'5 3--9 d, 4'-10' 5-7" 164 13 3-7" 50 05 27'. 9' - 3" _ 4' - 1"-.. 5' - 4" 6' 2" 179 15 3' - 11" 56 0 6 30" 9' - I! 12- 4' - 4 r1- 5 - 10' 6' - 9 -1y' 203 1.7 4'•- 4" 65 0.6 33' .!O' • 10" 4' 0 6' - 4" 7' 3 Ai" 224 2.0 4' - 8" 71 0.9 36' 11' - 8 rf' 4 - 11 1_' 6-10. -10" 7' - 70 3," 2,79 2.2 5- In 83 1.0 42' 13'-51.5" 5'-6 32" 7'-10 9'-0 (" 298 2.8 5-20". 97 1.3 48" 15' - 9" 6' - 1 V 9' - 4" 10' 4- 9 14' 300 3.8 5 - 7" -- - 717 1.7 54'1 t;{' 6'-81y 10-4" 11'- 11 r,l" 427 4.5 7'-6" 151 2.1 60" .17'-5 19' - 7 ?.i' 7' - 3 b}' 1 1'.- 4" 1 3' - 1" as! 5.3 8' - 3' 174 2.5 66' 20' - 11 1:' T - 10 1'2" 12 - 4" 14' - 3' 544 6.2 8' - 9" F94 2 9 72' ..22-8?}- 8'-5 k" .__ 3' 1-4" 13'-4 44 Gal 7.1 0'-4'" 213 -3.3- 12' 0-3 .7-6" 4' - 3' a' - 11" 118 0.6 1' - 9" 22 0.2 15" 7'-5' 2-911 5'-0' 5-94. 137 1_I 7-21 28 03 16' 8' -6 V' 3 - I" 5' - 9" G - 7 5" 2 70 I.3 2' - Cr' 37 0.5 21" 9'-8ya' 3'-4.,..1 G-6" 7'-6" 795 1.6 3-1" 48 0.6 24' 11'-0" 3-91y- 7'-3' 8-4?I' 227 2.0 3'-7" 58 01 27" 12-2" 4'-1" 8'-0" 9'- 24," 251 23 3- 11" 67 0.8 30' 15-4" 4' - 4 .+5- 6- 9" 10' - 1 #y' 293 2.7 4' - 4" 77 3_0 33' 74'-5 ir" 4'-.8" 9'-6" 10'- 11 3.d' 318 3.1 4"-8" 614 1.2 36" 15' - 7 " .I"- 11 3,5" 1 O' -3' 11' - 10" 351 3.5 5' - 1" 96 1.4 47" -77' - 1 1 4i. 5' • 6 .dj 77 -9' 13 - 6 7,1" 432 45 5' - 70' 179 1_7 48" 21'-1 K 6'-1 +n- 14'-0' 16'-2' 537 6.1 6-P. 146 2.3 54' 23' 5 1{ 6' • 8 3j' 15' - 6" 17' 10 a" 630 7.3 7' • 6" 186 2.9 60" 25'-913 .7-3'- 17'-0" 19'-7!1 719 9.7 8'-3" 2)9 34 66" 28' - i'. 7 - 10 1.7' 18 .6" 21' -4 ! y" 87 ! 10 1 8' -9" 242 3.9 72' 30' - 4 ,.i, 9' - 5 t5'• 70' _ 0„ 23' - 1 +,s'• 974 [ 3.7 9_ 4" 222 4-1 12' 7'-10 .," 2-6" 5'-8" 6' - 61' 7.18 I.1 1'-9" 24 0.3 15'. 9'-.I" 2'-915J" 6'-a" 7'-81;' 181_ 1.5 32 0.4 18" 10'-9 ij 3-7" 7'-B" 8'-10 rJi 721 7.9 _2'-2" 2'-5" 42 0-5 21" 12' - 2 )1' __ 3' -4 }j' 8' _ 5' _ 10- 0" 260 _9_2 3' - l'' _ 57 07 24" 13-9 V 3'-91" 9'-8" 11'-2'301 2,8 3-7" 67 0.9 27' .15'-3' 4'-1" [a. -a" 12'-3 4" 334 3,3 3'-17" 77-7.1 3a' 16'-81i1j" 4'-4 rr," 11'-6' 13.5 V 385 3.8 4'-4" 89 I.3 15-1 5q" 4.-6' 17-5' 14' -7 V 425 4.3 4' - 6" 101. 1.4 36" 19'-7" 4-11 2" 13'-5" 15-9 6.4- 472 5_1 5'- 1" 115 1.7 42' 22'-54.)" 5-6?4' 15'-8" 18-1" 583 6.5 5'-70- 141 2.1 46" 26' - 6 1; 6' - 1 75 18' - 6. 21' - 6 1.1" 730 89 6' - 7" 175 2.8 54" 29' -5' 6 -8 d5 20- 8' 23-10 !i` 875 I0.7 7'.- 6" 726 3.6 60" 32' • 3 4,;" 7' - 3 1 27 • 6" 26' - 2' 996 12.7 8' - 3" 264 4-3 66" 35' - 2 i2 7' - 1 a 1;• 24' - 8" 25- 5 *i' I.140 14,9 5- 9" 300 4.9 72" IF- 1 1i" 8' 5 .5.- 26' 26' - 6"' 30' - 9 l . 1,297 17.3 9' -4" 334 5.6 12' 11' - 7' 7 - 6" 8' - 6" 9' - 9 3,e" 224 1 _9 I' - 9" 28 0.4 - 15' 13' - 2 3y._,.. 2' - 9 . • 10' - 0" 11' - 6 1"� 268 2.5 2' --.2 _ 37 0.5 18" 15'-2ij" 3'-1" I3'-8" 33-3i� 330 3.2 2'-8" 50 07 21" 17' - 2 15' 3- 4 17' 13' . 0 15' - 0 4, 3117 3.9 3'. 1" 69 09 24" 19'-412 3-9 r.2' 14•-6" 16'-9' 453 4.8 3'-7" 80 b.2 27" 21' - 4 3.i' 4' - 1" 16 - 0" 18' - 5 4i" 512 5.7 3' - 11" 96 7.4 30" 23'- 5 113 4' - 4 tV- 17'• - 6" 70' - 7 (t 593 6.7 4'•- 4" 110 1.7 33' 25'-5 �' 4'-6' 19'-0" 21'- 11 177' 675 7.8 4'-8" _ 127 2.0 36 27' - 5 43 4' - 11 !j" 20' - 6' 23 - 8' 735 90 5 - 2' 144 23 42' 31' - 6 15" 5 - 6 f2' 23' - 6" 27' - 1)Y' 922 13.5 5-20" 179 3.0 J8" 37' -3 t5" 6 -1 3 28.-0" 32 -4' 1.197 15.9 E -7" 231. 4.0 54" 41' - 4 iy�" ri' - a If 31' -a" 35' -9 ?5" 1.424 19.2 7' -8' 300 5.0 . 60" 41- 4 4j" 7`- 3.4' 34' - V 39' = 3" 1, 631 22,9 6-3' 35.3. 6.0 • • SECTION A -A (5how,ng top am bottom 451, z ti ry 0 5 �'.. -1d I,kin tad ru5 ef/p7 7'•4a7 radius 01110 Act fropl ' A53 tame" A54 (sae) rf 7" l ,lminnnern length gas r:yuar• rn (Typo sparing of.long13udinat reinforcing Dins." fryp1 terryftliitIOW reinf M 4S" Max For TS ti 5' 4' Mtn tar T9 a 6' MP/ A54-- J CORNER OPTION 'A" CORNER OPTION "8" FILL HEIGHT 2 FT AND GREATER 5 Non (Tvpi 1c11•7 .11-- 2' Ma. frypl toggltudinal . reinforcement 3 Ter-r...Ar T t + 11 R62�lf a3rl aril or cage � � A53 faacroml-''' rarcunile, enrlal A52 front reinforcement 453 (bottom) ar yrPn5e end ELEVATION :Showing dimensions.) poo or awes Hat F Bars C Conforms to Skil slope Pereeortdcuter to roadway - Bars UV -- Bars VI-c Bars 6 -•- »6, 7. Bata F Bari C Bars E TYPICAL WING ELEVATION WWW Hag PLAN acre BARS CL Bars E • Bar W inside rri W fare of welt.-- ITYln needed to Support 71. Bars 0 ;Jens V ears 71 Bars 41-k SECTION A -A vriJ raolOS • 453 Atnsi 1" Max 4" Min CORNER OPTION "A" CORNER OPTION "B" FILL HEIGHT LESS THAN 2 FT MAT ERI AL NOTES: at eaen race in slabs and walls. Thrs mlormum ierithroment elay .he met by OM traosrerie wires oehen Oeo5 Mesh fOO1(01,Prif•Or is used. GENERAL NOTES.: for ireerrafiefi Or OerartS Mg shown. See Bon- Culverts Precast Miscellaneous Detatis ISCP-M171 srandard sneer For detanrs onto notes nor shown. cont,accor may furnish en aliernate desogn Mat is opal' ro or eNC0445 !Ple bOx design for tile demo /ill height rot the table. Submit shot, plaits 'for notornate desogns in accordance with item "Precast Concrete Structural Members fFoOrtrarront. HL93 LOADING 'Texas Department of Transportation Bridge Maslen Standard SINGLE BOX CULVERTS PRECAST 6-0" SPAN SCP-6 TABLE OF 5 TABLE OF REINFORCING !STEEL CONSTANT DIMENSIONS Dar 5re-a SPA 115 6 Ears 8 Bars 89-a. Toe ot BARS B and 81-x Dirs of IL- cr :..).'0uarairies shown are TO, Concrete pipe aoa oricrease slightly for meter pipe installatrons. 'FM ueliirle safely, construci curbs no more than T above finished grade. Reduce. curb heights. rO necessary, to meet these ouswili1ORS.dold no aclertional compensation eHowed for way*. provide o Footing as srroWn where required Ditnenisrons snow, are ustoa and maximum. .'0uantities 5nolam are tor one structure eon eniy tone headvea Lengths of is,hys based on 5Lt1 slope along this line P4ATER! AL NOTES: GENERAL NOTES: Designed aEcording to AASH161 LRFD Bridge Design petit iCat,rons. these cuiverl headwalls. This standard may not on used for wail heights. H. exre30/09 the viebes shown. Reinf orcing dimensions are OUt-to-aur of hats. Ortdge Division AF Texas Department of T'eansportation Standen! CONCRETE HEADWALLS WITH FLARED WINGS FOR 0' SKEW PIPE CULVERTS City of Fort Worth, Texas Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For Eagle Mountain -Saginaw ISD High School #4 STORM DRAIN STANDARD DETAILS A 11 1! 11 141 4 trip project *+ EMS 20173 C3.10% sheet r r 0 SWfely P+Pe_ iJ Rurnnu•rs red) - r- y - 71• I15 R i" 1)F3 +angsn rvur+lei. fq Spa at 24" 6 SoFerc pipe refiner-. PLAN r5ft5W)Fs 5811 emb cdhrlef:lbh.I Savers e1e ranp6r 1rrpJ (0- reqtnteriJ Yap face of sole,* e.d xrddrreole elpr+mrar 2a Sltno fire tut IUeWyn LONGITUDINAL ELEVATION (Showing ben end culleeti,6n.1 Rernforrtng !altars i" cols Love, Cemeor srapthyen bedding arm' • haclfrlf IG, r MULTIPLE PIPE INSTALLATION End of room Typ Miter Joints Typ EQ' Elq rr� OPTION WITH SOiJARE BOTTOM SECTION A -A D•Mi”!n 6" N. Safety Pope r).41rEr -_- r1»cn.nn -q r" ga+cafti:ea steel Oohs W'fh Webers end irrceni i INSTALLATION DETAIL FOR SAFETY PIPE RUNNERS ter ,err, +,rr-!rl =' o, Sale[c rnpr unue, - . I( ry gon•adored steel vo+[5 ` win, wilsner5 eon inse,rs Tetp hoe of 5afei/ pope runner 1 � 3r1. Toredded l6 - 5r5W05E 6'p inSeln OPTION A &eery poi+.• roomer fnrgaoso omen Plpr rll.o l r - yalmant;:ed steel drdt5 wi0H washers soil ❑,sells • rep +rite of safety pipe lul m,n OPTION Frna+tne END DETAILS FOR INSTALLATION OF SAFETY PIPE RUNNERS 11t r'epit+0Edr Invert OPTION WITH INVERT BOTTOM Limit of Payment )Typ) _ Max Length • 30'-T0" minus" of'Sol ice Joint T5 used. requires two Ppst Min emit side' 1'-0" 5" S'-0" Lwlp1 &Max 1 10" ,i is0 C.fyp ice` ` ,/1 i~ r I I Sidewalk See "Typical Pas* Base Plate Derail" A0 0 Post Spa ITyp) 1. Pos. O Typ .41 ti TY E -- Frergs.' Pmd ser++PP• Rrry + hE prod, *1 with SMapr nr Ms?! end as required - { REQUIREMENTS FOR CULVERT PIPES AND SAFETY PIPE RUNNERS REP WAR tna wr + ih+ ess 17 15' IR" 24" 30( TP Wall 1 wane Fs `Tr 7' 7,1s 7,3f/ 1 3 ,2' i6p 1 95" 7,65' -1" Shan r ! 7.nrr<' 6 ! 7Q5D' 5.1 2S,p❑'" _HAT 38,50'" a7 li.-i 6:1 Flee !tunnel S Required S,npre Ityd[ipl& Pipe' Pipe *Yes, far Np 4' - 2 7 pipes }fir NC' 7 prces a.- a' Nd 6ei, Tad 2 pipes .-. es, ro, WPCs 14--3" Aso yes Mtn 5Qngta 0"- 5' Ree'+Ir*d Plhe 115[nlel Si.1,• Wnmr ? 0.0. Dfa. ST) 3,560" 3 57-P 3,565' 3' STO 3. 530' 3S70 J,5❑P• a" 3717 4500" 36" 4" ▪ y,• 7.75 27' 45.517' 6-1 52.55 6.e1 77'- it ley yes 4 5TP 4,550" 2r-7 rrs Yes 4"ST0 4305' 3•p68' 3.665 3 068- 4 026 4.0.2G' 4 020. ljtnreltSwx •1 is Gated up, deferred rvr+crete pipe rRCPI nreed)55 the requirements of 55Te Crass lij. [RCP vial! "3' 1p+rkl ass) Adlu51 "Cr for .ant ocner Halt tiredness used. for.thermpplas1lr pine 17P+ title +Mta etrnile !rte aluwWt space requnearents for g,nuted rerlueritoom u))5+ape n shown eNewnere rn the 1I5I5. Slope of a;F or Ilalter fs tekiurftW for vWllrle safety. 3itoewA)l io tw sse4 w,lr when 4itner,slun 15 skmwr efse5llere Or the p+3rrs Fill the kW 4' PP Ypid 5311Weel' precast e11Q (re5tewenii PNth Canrfe[a lrilrap. Cahry5ie fyprep i5 ✓ nnsederPd subsfd,my to rh. item 467. "5a10.y End '✓rearfnen)" r 51 - Oaf -psi- crest disrniey between erodes to prouFrre for the rnrnlnurm distance between safety end treatments 6; Provide ceoenr WaGlhrea healing and 6ar5f111 Fn prrorpance wire fire item ap5. "F!Caserlon and 6ar57rl, For Seruc[urtre'. Bending .anti nail foil tf rammlJ1red sll3sithary rp fire /ter, d67. "Safety End frearmenr Lrt)en rppurr0 ,-prep is slieclf,T' around the s'feay enp treatment. baclf+n as directed bi EnVnac. ▪ 1lrerrhopiaslir pipe Wall thicerless may eery Adlusn decnrdingly Fttermeplasfs pipe eTque+e5 me sell ery end treatments to !MVO a Ile/ a+N for ge(elteo tannerrran5. GENERATE NOTES: Pre5arl Safety end treainlert1 tar reinforced rPnrrere pope (RCi). tines Tioermge 0T oolofrlr pt71 may 0e +r5ed ler TYPE 1) ere I-rearnrent as spvrtfied in ifam 'caretY End TreatnleMM1 When prefers' saltrry end ereaf+rwllc is 11Fed as a Calllac4or5 aite1Pa[c lb mitered RCP. ',neap nth nee me regimen unfe55 noted otherwise on 111e e,+mis S,utn0Hc rams hsfed nd 1he "f!hers ;dr Cantle1C' Welet 51 Peddgeer to; [AtPC/ may qe 5see 1p heir of s1ee1 ren,lf or Ling to 5rprap Cenere)e u1N055 noted (ailerons& 1Mnnr.f,ldr5 erns Praducr +p dtrerd5nCe Were item 461. 'S.atgry End 7reatmwnt" 1'))3Pf a5 ,wterl ( A P105)05 +xrhllhdb5Ylp,l f91n1A1t+Rg of ,54 a! 6" r4rade 40) r 44 Or 9' I1r4be 60j, Pplh rypy n1 6"a6' - ❑)2 t 012 Or 7'oS' - DTP , 016 avel4Pd w+te tn,1[f1rre,lren1 11YWR1- 8 Fe, nearest' rsreel formed) sections. pray+di Class 'C' concise,. 1f'r = 3,6AO pit! the ppr+3n and erpense or tern CPnrracrpc the nett larger 515e 9f Sateri and rrea[ment way PE fan rp3hell..as top as tie "17 dimension ra_rr is that of the required st;e or pipe Prpn I11nRr!r5 are designed fora n0Versing toad of 10.000 LOs at *Intel as rocommenued aY Research Report 267.0-, -safety I reat'rell! bf Itodestere Para+let-Drainage Structures", ferias Transportation institute- Marro 1981. Provide pipe rwt4er5 meeting the reepirrenierlIY Of eS779453 fType E er 3, Se .Ju 81. ASYIk AS00 iG, ado- B+. or Or 31452• CoNowrte on 0.e'e1 C0lxp0Aen1S a,rcep1 rendbrtlllg veer,' &net Igbrlrulpn. (5.p&.r 43loSn,0ing darveged 1Hxrn4 lrenspo'r nr tonat(urlltn In atrordanre *ii+, MY sp [IF+tafrplr,. Comma RCP usp+g !Se 0dllonp) John for REP detail shown of on a[tdrnadfe With teem [64. "Rein[a0CC1 C1110r01B Popp Cannon' TY P: grnunrre. See Pipe end So. Goa den Cnnnerrrons 15551r Standard ler er mired comeert1PRj with 15 and prerd51 safety Ere irPatn)5rl[ OPTIONAL JOINT FOR RCP (Snowrng jeurt[ Ufa -weer. RCP and precast rarefy mid Lreafm9r11 1 Pone! Length fiypl :If Splice Joint 15 used, requires two Post Min noun sloe' ItTyp)-__ 1 Splice JoinT 0 1 �•1/il TYP qr- Top of romp/ side(Ptk ELEVATION VIEW (Sinop Splices and Splice Joints only shown on one Type for olorityt 3) Limit of Payment ITyp) Max Panel Length • 31'-0 Ye' minus 14" 11f 5pllcs Join• is used, requires two Wall Mounts Min ea0h sides 6' 5'-0" 5'-0" usual $ Max Wool Mount Soo (Typ! 0 - End of romp -See 'Yip 1-1' far Handrail Termination -Sidewalk 1 Typ . ' JP 0. M rt Wo11 Mounts - Handrai ICJ 0 - FL Post ® - [TY F Anchor Bolts i Typl 0 End of romp MT+er Joints Sidewalk Max Panel Length • 31'-0.r/4' minus I" lIf Splice Joint is ueoned, requires two Wolf Mounts Min eon side] 9" 6' -1(rypl L TY W ELEVATION VIEW O Pdrdliel to groLna. 0 One anon splice per panel is permitted with minimum 85 percent penetration. Tne weld may be square groove or single vee groove. Grina smooth. 0 Snap splice 15 permitted with minimum 85 percent penetration. The weld may be square eraave or single Yee groove. Grind S,lbeth. O See Oslo Details located elsewhere In plans for romp slope ontl dimensions. Maximum ramp slope trill not exceed 8.3 percent. Level landing requl red fnr eadn 30" rise If grade exceeae 5 percent. 0 1 1'" Dia. Siancdrd Pipe (1.900" O.D., 0.145" wall tnicknes5). Parallel to romp / sidewalk- Provide hales os needed in 1 I/2" 0lo. pipe for galvanizing drainage and venting. 1 Splice JoinIO See 'Typical Wall Mount Details' Too of ran',./SiOewellk rL Wai i Mounts En d of ant - Sidewalk O 2 1/2" Dip. Stdndord Pipe 12.875. O.Q., 0.203" wall tnicknessi. See "Post Mount Detail' for crimping and trimming post to fit Dia. of top roil. Provide notes os needed in post for galvanizing ar0indte and venting. Plumb 011 past5- LJ See "Handrail Fabrication Betoil5' for Splice Joints. O C %' Dia. Round Bar equal spacing at 4 I/t" Max. PIun1 011 pickets. 11 See "General Notes" for anchor bolt information. 4"- U Bridge Division . Texas Department or Tfanspartetdon Standard PRECAST SAFETY END TREATMENT TYPE I! - PARALLEL DRAINAGE PSET-SP 4,ntxr (0-n4art la.A9 0 g+ Hendrai 1 L=1 rl ] ins "POST l7 lane Desa i 15 P icket®B Q Past fop of amp/ Sidewalk-. See "Section r at Rail Past Foundgt ions• - SECTION E-E 0 0 SECTION F-F x, 0 "i (Snowing Handrail TY El (Showing Honereil TY F1 t -----Handrail 5. Post 6, ' '- P1St!61 .5. - - Pedestrian 5ibe , - •5. Typ ./,, }Yp Miter Joints 0 50' SECTION G-G fi0� 15nowirg Handrail Terminotion1 See 'Handrail Fobrlcatlan 0et0i1s- for Handrail Etta taps. 6" F- 4' e 1- 1 17 pu; Lone Wall + 3"le ;Typ) 0 -Hgndroil O VIEW I -I Typ 60' G [5h0wing Handrail Ierminatianl Yo Typ 55 { L 0 5 • See 'Ty5icol Wall Mount 0e+1Tls" t Hondro31 0 3'-9 u/e" Cow fete 0 r -Top of ramp/sidewalk SECTION H-H [showing Handrail TT Wi SHEET 2 OF 3 * Design D1r+sloe Texas Department or T1onspongNan Standard PEDESTRIAN HANDRAIL DETAILS PRD-13 ' ., rcl s.1Fl imam, SAE Rr1SL•• xrr_ r.' _ ••! coo AY y End of raft 15 3" R (Typ' Limit of Payment lTypl max Lenotn • 30,-10' minus a/i' III Splice Joint i5 used, requires two Past Alin each sides 5'-0' usual 5. Mow 0 POSY 5p0 ITyp) Tea TyP •Sidewalk Top of Curls - See "Typical Pas* Dose Plate Retail" End of romp Miter JbintS- Typ 50' 0 .el TY A u 10'•J -ri Post -,[▪ Typly -. Pones Length ITyp! lit Splice Joint 1s used, requires tad Post Alin ebch sides C. Splice Joint O { 4-I/rid. -' 730 ELEVATION VIEW Tap at romps "I; (Snap Splices and Splice Joints only S[1aw0 on one Type for Clarity) Max. Lent+n • 30'-10' minus %" Limit of Payment [Type elf SPlipc Joint ill used, requires two Pas/ Min eoch sided -1'-0" 5'-0" usual & Max _10"_ 0-I 1- Post Spa fists fL Post.. •-IPickets(i - iP� - TYP -' 60• - - • 1,4 Typ C4- r 1 1 Sidewalk 1 L See "Typical Poet Bose Plate Retail' Parallel to ground. �: n 1 1 6' 1'-0' 0 rt_ POST 0 - Panel Length (Typ1 Anchor e0)0S (Typ)0-- 0 End of ramp Sidewalk [If Splioe Joint is 1Wed, requires two Post Min math *Teel E Splice Joint a7 Top of romp/ sidewalk - FL Post ° 1 - I =Ft-= - ELEVATION VIEW (Shop Splices and Splice Joints only anown on one Type for alar:ty] O One *hap Splice Per panel i5 permitted with minimum e5 percent penetration. me weld may be square groove or single Yee groove. Grind smooth. O Shop splice is permitted with minim 85 percent penetration. The weld muy be square groove Or single see 9r00ve. Grind 9TObth. 0 See Romp Details located else*nere in plans for romp slope ontl eimensions. Maximum ramp slope will not exceed 8.3 percent. Level landing required for wool, 30" rise if grade exceeds 5 percent. 0 1 1/2" Dia. StOnddrd Pipe (1.900" O.Q., 0.145• wall thickness). parallel to ramp / sidewalk. Provide holes Ds needed in 1 1/t" Die. pipe for golvanierio drainoge and venting. 1 %1" Dia. Standard Pipe 11.900" 0.D., 0.145" wall thickness) • N,,- End Coo Prate IAST1d-A35+ Sea flaw 1-I 4' 4' ITT D End of romp Anchor Bolts ITyp) 0 ITyp) TYP 1 60' - Miter Joints Sidewalk O 2 l/' Dia, St0nd0rd Pipe .2.875" 0.D., 0.203" wait thickne5S1, See "Posy Mount Detail' for crimping Ina trimming post to fit Dip, of too roil. Provide holes es needed in post far golvdniring drainage and venting. Plumb all posts. O See "Handrail Foaricotion Details' for Splice Joints. O rL %- D I O- Round e0r eaual *pacing at 4 /2" Mao. P I Lr]tb all pickets. 0 When needed for accessibility Igrode a 5 percent] or as needed for pede5trion sofety- Not to be used an bridges. II See "General hates" for anchor bolt inFdrmption. Sleeve Member - 1 %_' Dia MT Pipe 11.5" 0.0..0.120" wall thickrles51- - p _ 0i0. drbin hole located of bottom of pipe. rL 0 AT TYPE 1' HANDRAIL END CAPS Ts' D to. Bolt Holes 1• 2 '/i" 2 +/e 1 STyp1 5 Splice f Sp l ice 0 1 %s- Bib. Standard Pipe Ii.900" 0,0., 0.145" - well thickness) r 1 I - /," Dia Pin. Drive fit pin in pre -drilled - hale in bortpn of Sleeve Member-. AT SPLICE JOINTS HANDRAIL FABRICATION DETAILS Bolt E1tlbedment 1 I Hex Nut {ASTM-A5531 Washer 0k Epoxy Anchor Bolts ITYP111 - - Sea x I Iex.. 4 I/2' .-- Bar 1A5TM-A361 2'/A" f% xIIa'- Bor(ASTM-A351 - �•- j{y" Bose Plate L _i! ", i (ASTM-436! I'17" 7r" SECTION J-J IAnchor Bolts not shown far clarity] _ 31/?. li• '1 Wall- Pedestrian Side t Epoxy Anchor Bolts (5" En0ednenti.l r- 1 monorail II/2" Clc,Stmdord Pipe 11.900" 0.D. 0.145' wall thickness) and rt. see" s 1 Bar{ASTM'5361 1" R '4' Bose Plate - • Bolt Projection iTyco SECTION AT WALL MOUNT TYPICAL WALL MOUNT DETAILS Typ o O I j'e" Dia. Stonearo Pipe (1.900' 0.D., 0.145' woll thiCkneaSi. Parellel to rOmplSiblewalk. PrOVide 00IeS OS needed in I Yi" Die. pipe for galvanizing dralnoge one venting. lTypi • amp Ramo - Post ot point ,of tongent RAMP INTERSECTION Post 5po Bropoff Condition dropoff Or OlOnQ Bike Path Recommeneee Roil Options TY E Or TY F Handroil 0- Top of Curb Top of at Roir Post SECTION B-8 1Showing Wandrail TY Ai LohOlng Roap MAT I -LEVEL Rm., PLAN SHOWING RAIL AT RAMP CONDITIONS Hondroil Top of sidewalk ot Roil Pose SHEET OF 3 Texas Dein:if-mien' of Tronsportarfon Divis▪ ion stawdmv PEDESTRIAN HANDRA IL DETAILS 'ILA- irrh.1-oreo Sidewalk - Existing sidewalk 6 Post Oroiectfon ayoi WITHOUT CURB WITH CURB SECTION AT RAIL POST FOuNDATIONS Dio. Hex tletia Anchor Bolt lASTM-A107) or Threaded Rod lASTM-436i with one Rardened Steel Nut will be furnisned far each Threaded Rod. 0 2 Yr.2.' Dia. Stondarg Pipe (8.875' 0.0„ 0.203' wall thickness1. Plumb all pasts. See 'Post Mount Detail' for crimping ond trimming post to fit the aiomenter of top roll. Proviat holes as needed in post fer golVonizing drainage coo venting. 0 See 'Cenerol Notes" for anchor port informotion. @ Hors S1.31 spaced at 12" Max 1Spoced 3" from outside edge of overoll length of Ramp/Sidewalkl. 01) PrOVide 1 V," end cover to Rors 01.4) from oUtaide edge of overOli iength of Romp/Sidewalk. Varies Bolt Role TeOlo. MO. Drain Kole ITypi BOlt Hole Post ro TYPICAL POST BASE PLATE DETAIL POST MOUNT DETAILS Three.] Length Took Weld Flush or %F" Mox ANCNOR BOLT OPTIONS tgsed fOr Post Base Plate only) min ELEVATION Post Bend Line -Pedestrian Side RandrOil 13. DIST GYM 1" MCN SINGLE -LEVEL RAMP GENERAL NOTES Designed according to ADAAO, Texos Accessibility Standards, Uniform Building for these moificotions. Pipe wiil conform to ASTM-A51 GrOde B or AS00 Grope B. Steel elates end steel bars will conform to ASIM-A36. Mechanical tubing Emil wEEI G.flforwl esim As13 Gracie 1015 or higher. Golvanize all steel components except Concrete for foundations will be in accordaoce with Item 551 'Sidewalks". All reinforcing steel M./St be GrOde SO. Bar laSS. Onere required. will Pe *Oen the plans require painted steer, follow the requirements for painting golvaniZeg steel in Item 446, "Cleaning and Painting Steel". Sleeve Members will receive galvaoizotion Ond ally get field pointed ofter insiallotion unles5 directed otherwiSe by Engineer. Epoxy AnCher 00Its for woll mount and post base Orate Will Oe 0,0. each bolt. %' Oia. tnreaded ran embedment depth for wall mounts is 3 V,' and enbeglient deptn for post- 00Se orate is 5'. Embed thre00e0 rods into concrete With 0 Type III (Class Ct epoxy meeting minim ve with 'ThS RiOrlUf0CtllfOr 5107 IC Miffing noxr e/ouo co -/ridge system. Core cripi 11O1O8 lisercussion grilling not permitted]. At the contractor's option the post boSe Plate ononor baits moy be Optional cast -in -place anchor bolts will be Dio ASTM A307 Grade A bolts for A56 threaded radS with one took welded hex nut e0c111 with One hex nut Ngtozitriageranpfcs,t_e:;ini.r.ltl-gre- bolt. Embedment depth of oast -in -place Handrails and ony wall or other surface adjacent to tnem will be free of any sShuoarrnii:Tfirsh:rdOramvivengesleet.oenttsh„e Engineer unless otherwise noteo. Far curved moncrail applications, fapricate the nonoroll to Ire curve if radius is less then 600 ft. Snap crow ings ore required when roil is fabricated to the curve. Tor aii handrairs, erection drawing5 will be Submitted to the Engineer for oaprovci to ensure proper instollation. Drawings will SPOW handrail mount iocotionS with and/or splice joint locotions, and handro iTplegag:+1?14 Payment for oll ltenm shown is to be included in unit price bid in ocoordonce with Item 450 'Roiling" of the type Specified. SHEET 3 OF 3 Texas Department of Transportation owsieliq DIMOon stenderar PEDESTRIAN HANDRAIL DETAILS ElEr ADDENDUM NO. 1 Nno. revision by date 'league nail and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 www.tnpinc.com FORT WORTH scale horiz vert N/A date DEC 2021 wr • 11, City of Fort Worth, Texas Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For , Eagle Mountain -Saginaw MD High School #4 STORM DRAIN STANDARD DETAILS I! tg 1 &Deb& ItoIf COM PdvePESSI emilimeik7 las &DE tram, 4-.1-(fl(3 2 -4YELLOW ZONE SIGN 'C' BiD SCHOOL -\14 SOLID UNE Pr.1 12 8" YELLOW SWD CANE 1=001 ZONE WARNNG SIGN 'A' S1-1 (36X36) SWI6-9P (24x12) 0 csJ 0 •.; Pr& & JO SOWS FAILY r•ARIVOIMP. 11•11411ENT 4S. 02110/1Pil IWO= T .4.1114k\ -..,3,..;;;;;."...-,.,:)::...f.,,is,;,,T,.7,:i....;-....,.,:.;..',........-4,krz•12-1:,..-•".•:_.--7/,-.,..1.4-,;_:,:y...,:n.`:_t.:;.:-.1',:,:-.,:-,.....;.%•.)-..:,`?1,71 SCHOOL ZONE FL4.9IIR SIGN 731 ADDENDUM NO. 1 revision 13 2501 A END SCHOOL ZONE S5-2 (24X30) 0 * ( SCHOOL ) LIMIT 30 %pray:into) IPEED YOUR i IM * CELLLlSEIONE PROHIBITED UP TO 5200 TINE DETAIL 0672 & 57-1T (24X18) 0 is' roam •mm, t.' EJIIVIC aDnie —EMCV—CPCLW1616- De3 HS &NM& 1/07/22 by date L2 4 4 .cc la . .0 JAMS ...WV orpoisco Al S•11 ••••&&..- lro.. autos' 7 arcnsc 4.cs1,.1., • -1301*-111.90.0100WK. irINO-WAY LEFT TURN LANE PWT MARKINGS WI TYPE II A -A 4' MARKERS • .M•11 EgSasigIT Ki_IME MX, VO.X44444. GAt,.r LOT T. 9-0ZS I DS Oa) fel 41:01X•I =ED 1•1•4 4` 11,117E SOLID UNE II I t4,,,V I rriWrariE to-SUS:W-2' 513.1.11s1: 0•11F •••••T 4-w • .• ••41A• ••••••El54.. OR, .caSlimpere WPM WV& P.JAI. TWV-WAY LEYT TURN LANE PWT MARKINGS W/ TYPE I A -A 4' MARKERS ir 447 p.m a re moon i4/12.! PArVE10.... tft. Willblicl! ODDIMMS MEE TA% BONDS RANCH ROAD BOHM RANCH ROAD •-• • • - - • - s-. . . . let ELKW•C E9d IrKtv X00 XMAts • • • ••••, - - "-. ' • • • - • ▪ • - • - • ;4- Ili.. c - • • -- - Iry Excuses. r• een .EXT' ARP NELTNIS__ LkJfl, IS I &MI no 14 McCf&SI• teague nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TRPE: F-230; MKS: 10011600, 10011601, 10194381 * 4 Os wpm C=is) CD 17) ( r FORT WORTH 4. • scale horiz "=4501 vert N/A date DEC 2021 swm, •cifiT 141Z1, &DC SETSP.DE • / r ==i LIM ILO= ESS erg 43 strek. TRACI & .65 %MO. e/.14lY PASNS•SNV, ageOlLEVT tia Orr :SCAM t • 41 WEE SOLID LNE Lor 1. 44 50 1•9 AMIN:Pc ==. ov tur6-ssc was ItitifIttes_ ...... it *40 44 • • / //: TRACT c 44 4 441&MS F MILT PHindiER le LIS. osmium Dak3OSIDS. CASA T 1 =1( vourse ism. PAGE 30S. c tnp JE R I0 C1 1 405. IREILES..ce: e6... ..4./... . ..444.0 ire4ICFNsl.C.'-• (/ ) , 1431641:t.t7: Date 1/07/2022 ViNA.N.N."`b P.E. 2501 1,012. NEL' SIMI LIE 011511SIA44T 02-1.8211420. .R.T.C.T. — s ILO po..(0 Gea *44444AbST•Ife — 8' NFIIIE SWD LW it7 TYPE I-C 4' MARKERS SCHOOL ZONE [ FLASHER SIGN 71' 200' .0^v^v^v^v^v•-1 SCHOCI— SPEED UMIT 30 r )II/E CELL PHONE USE PROHIBITED UP TO 5200 FIRE DETAIL D672 S7—IT (24X18) r ,•r• tsmras t/r-r 01,1&110/t/u_ r tnp LEGEND 7RAFF7C FLOW (At -MAD ) Si —1 (36x36) SW16-9P (24x12) 4 1147E LINE IJOIRLE YELLOW SCUD LINE END SCHOOL ZONE S5-2 (24X30) —•• 8 YELLOW SWD LJNE SLAC.7 PM 44 40 d0.11 PAW Wilevacci& 4.10 wryftliaDli ass:sicscS ans;•,. 3/4 PAS'acarr gCHOOL ZONE . tr/t/Ztet2i2. 0.P.R TivAissvG so :40 4. raLow SWD LINE END SCHOOL ZONE SIGN ICI CHAPEL FILLi_ IIEST 11.G GRAPHIC 60 0 30 SCALE 60 GRAPHIC SCALE: 1" = 60' City of Fort Worth, Texas 120 tnp project EMS 20173 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For sheet Eagle Mountain -Saginaw ISD High School #4 C3 1 07 ce PAVEMENT MARKING & SIGNAGE PLAN BONDS RANCH ROAD V r rs- P ` ` SCHOOL SPEED LIMIT 30, (2=0 CELL PHONE USE PROHIBITED JP TO 200 }I f 54-3P (24"x8") W/ R2-1 (24"x30'), 54-1P (24"x10 ), & 57-1T (24"x18') 00 ADDENDUM NO. 1 ono. revision 14+00 iF Vg 1 ARROW MARKINGS WORD 'ONLY MARKINGS 8' !!MITE SOLID LINE W/ TYPE 1—C 4' RPM .93ACED 20' 0.a 8' i*FIITE SOLID LINE 2+00 24'MAIE STOF' BAR 15,, co 1/07/22 by date a SCHOOL ZONE SIGN b' • ll 4' DOUBLE YELLOW SOLID IJNE W/ TYPE II —A —A 4' RPM .SPACED 40' 0.G~ + 00 4' 1/TF SOLID UNE 0 NO 7HRU TRAFFIC SIGN r 4' DOUBLE YELLOW SOLID LINE W/TYPE II —A —A 4" RPM SPACED 40' QG teague nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 fx www.tnpinc.com TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 4' Iit117E SOLID LINE Bap a X — i �■■■MMMlll�vv 4' WIT SOLID UNE 00 0 FORT WORTH 4 1. SCHOOL LJACT 30 710-4,33 p30-380PAV CELL PHONE USE PROHIBITED JP TO S200 FIvt S4-3P (24"x8") W/ R2-1 (24"x30"), 54-1P (24"x10 ), & 57-1T (24"x18") • SCHOOL ZONE SIGN 7)' 22+ DO scale horiz 1"=60' vert NJA date DEC 2021 4 4 1 t 1 23-�- 00 1 i 1 - 1-- -0— LEGEND TRAFFIC FLOW END SCHOOL ZONE 55-2 (24X30) 0 PERMANENT END Off ROAD BARRICADE (TYPE nI) END SCHOOL ZONE SIGN r t ■ 18 13 12iQ�1 MINIMUM BARRICADE LENGTH SHALL BE THE STREET WIDTH MINUS 2' EACH ROADWAY, A DIVIDED HIGHWAY SHALL BARRICADE IN THE SAME MANNER IROAD ftfl-2 CLOSED I J ♦ ♦may * ♦ .... .- NEL milk mik mill milk TYPE III THE THREE RAILS ON TYPE III BARRICADES SHALL BE REFLECTIVE RED AND WHITE STRIPES ON ONE SIDE FACING ONE WAY TRAFFIC AND BOTH SIDES FOR TWO WAY TRAFFIC. STRIPE WIDTH = 6" GROUND UNREINFORCED CONCRETE FOOTING ✓ 4r LA r i f i FRONT ELEVATION .. Am i - 11• SQUARE —1 PERFORATED - TUBING OBJECT MARKER: 0M4-3 i"0X3- TAP BOLT, f i" HEX NUT, I.D. FLAT WASHER SQUARE, PERFORATED TUBING SLEEVE (rm.) PERMANENT TYPE III ROAD BARRICADE \_UNREINFORCED CONCRETE FOOTING NOTES: 1. SEE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICE FOR STREETS AND HIGHWAYS 2. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE TEXAS DEPARTMENT OF TRANSPORTATION STANDARDS. 3. CONTRACTOR TO INCLUDE OBJECT MARKER 0M4--3 (3 IN TOTAL) ON CENTER ROW SPACED EQUALLY. 4, CONTRACTOR TO INCLUDE "ROAD CLOSED" (RII-2) AND ATTACHED TO TOP AND CENTERED ON PERMANENT CLASS III BARRICADE. 9.. r - tfit *�/ s JERICO C. ROBLES -0' 114514 Il 1Pia.nrAi. C-t��� �‘Vv;"� 4 Date: 1/07/2022 City Q. C4-1 ti GRAPHIC SCALE 0 30 CRAP I C SCALE: of Fort Worth, Texas Water, Sanitary Sewer, Pavin g� Draina ge 60 60 1" = 60' & Street Light Improvements For Eagle Mountain -Saginaw ISO High School #4 P E PAVEMENT MARKING & SIGNAGE PLAN FLEMING RANCH ROAD r PP 120 • top project EMS 20 173 ✓ * 5' sheet f 4 1 ,t 1 eta Qd .4411 T MINIMUM 1 STREET NAME - POST INSTALLATION RIVET SIGN THROUGM SOUARE TUBING l' BOLf WI f H ALUMINUM WASHERS ON OUSTTOE. NYLON WASHER S}fALL SE PLACED IN THE MIDDLE TO SEPARATE STREET NAME BLADES STANDARD MUTCD COMPLIANT STOP SIGN 3' x Dr6' BOLT WITH ALUMINUM WASHER FOR PLACEMENT AT THIS LOCATION ONL• STANDARD 2' SQUARE TUBING (REFERENCE SOUARE TUBING POST DETAIL) OUTER SLEEVE TYPICAL 1i 3JA- • BIB' STEEL BANDING 2 BANDS PER SIGN BRACKET STANDARD Ai' WING BRACKET NO PANEL SHALL EXTEND C]VER Ti-IF STREET SIDE. in. MINIMUM STREET NAME - POLE INSTALLATION FORT WORTH • • • • • • ■ • ■ • • MA - SQUARE TUBING POST DETAIL CITY OF FORT WORTH, TEXAS SIGN POST DETAIL DATE: 6-9-2015 34 41 30-D684 INSTALL REVERSE HEAD CONTROLLER CABINET SIDE ELEVATION SOLAR PANEL TRAFFICALLI SYSTEMS 1.475-12DFB-OGOx FLUORESCENT YELLOW -GREEN DRIVER FEEDBACK SIGN (24x3OX5EE CONSTRUCTION NOTES FOR INSTALLATION IN STRUC111NS) S7-1T 24-0 B SCHOOL SPEED LIMIT 55-1 FLUORESCENT YELLOW -GREEN ANEN (24x48) R A5111NG 2O YOUR SPEED 55 CELL PHONE I 0 USE m PROHIBITED u� 2 f FIXF PELCO PB-5326 POLE & 'BASE COLLAR 4 1 �2" ASSEMBLYf ALUMINUM / POLE PELCO PB-5335 BREAKAWAY BASE FINISH GRADE SEE SCREW ANCHOR FOUNDATION DETAIL FRONT ELEVATION CONSTRUCTION NOTES 1. MOUNT DRIVER FEEDBACK SIGN USING ' HOLES. 4 EA. TO MOUNT BRACKET TO POLE. WORK SHALL BE COMPLETED IN A WORKMANLIKE MANNER. 2. USE APPROVED DIRTWORK INSTALLATION/DISPOSAL METHODS 3. 2" CLEARANCE BETWEEN FINISH GRADE AND BOTTOM OF BASE PLATE REQUIRED FOR CARRIAGE BOLT INSTALLATION. 4. IF ADDITIONAL CONDUCTORS ARE REQUIRED, USE XHHW. 14 AWG WIRE OR APPROVED EOUIVALENT. 5. ALL TERMINATIONS MUST BE MADE AT TERMINAL BLOCKS_ NO WIRE NUTS/SPLICES ALLOWED. 6. RUBBER GROMMETS TO BE INSTALLED AT ALL HOLES TO PREVENT CONTACT OF WIRING AND POLE. 7. CABINET SHALL HAVE 2 GEL SOLAR BATTERIES. z 21 0 Ill 2 FORT WORTH PELCO SE-3054 SIGNAL CLOSURE KIT PELCO SE-3054 SIGNAL CLOSURE KIT (2 RED'O FOR THIS MOUNT PELCO SE-0567 1—WAY TRI—STUD MOUNT N.T.S. PELCO PB-5100 4'-8 SCH 40, SPUN ALUM W/ PELICAN ID PELCO PB-5326 POLE & BASE COLLAR ASSEMBLY, ALUM SQUARE BASE PELCO P2-5335 BREAKAWAY BASE VARIABLE BOLT CIRCLE 12" TO 14 r 1 #' x 15" SQUARE PLATE (4)1 rx2rSLOTS 2" x 8" SLOTS r DIA. SHAFT a" . 8' D1A. HE J4 SCREW ANCHOR FOUNDATION DETAIL N.T.S. CITY OF FORT WORTH, TEXAS SCHOOL ZONE FLASHER AND SIGN DETAILS PELCO SE-5048 2—WAY TRI—STUD MOUNT N.T.S. x PELCO AS-0142 ASTRO SIGN—BRAC, STELLAR CABLE MOUNT N.T.S. DATE: 07-26-2021 34 41 10-D672 A ADDENDUM NO. 1 ono. revision 1/07/22 by date + teague nall and perkins, inc 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 817.336.5773 ph 817.336.2813 Fx www.tnpinc.cam TBPE: F-230; TBPLS: 10011600, 10011601, 10194381 a 4 FORT WORTH L1 A_ a 24" WHITE STOP BAR 20' scale hariz =601 vert NJA date DEC 2021 S0' 4" WHITE TYPE II—CR 4" (DIVIDED ROAD) TYPE 1—C 4" (UNDIVIDED) RAISED PAVEMENT MARKER SKIP LANE LINE — PAVEMENT MARKING 40' TYPE I4—A—A 4" RAISED PAVEMENT MARKER E! Cf CI 4" YELLOW DOUBLE YELLOW LINE — PAVEMENT MARKING 0 X = 1.6 X SPEED UMIT (FEET) ❑ ❑ O 20' N— CURB, EDGE OF PAVEMENT. OR YELLOW CENTERLINE TURN BAY LANE LINE — PAVEMENT MARKERS NOTES: 1. ALL PAVEMENT MARKINGS SHALL BE INSTALLED ACCORDING TO THE CURRENT TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES AND MEET CURRENT CITY OF FORT WORTH SPECIFICATIONS. 2. REFER TO THE PLANS FOR PAVEMENT MARKING MATERIAL TYPE AND INSTALLATION METHODS. 3. FOR TxDOT MAINTAINED FACILITIES, REFER TO TxDOT PAVEMENT MARKING STANDARDS. 4. TRAVEL LANES THAT TRANSITION INTO A TRAP TURN LANE SHALL HAVE BOTH ARROW PAVEMENT MARKING AND "ONLY" PAVEMENT MARKING. AHEAD 1 S1-1 (36x36) SW16-9P (24X12) 4 4 r ■ SCHOOL r SPEEDN LIMIT 30 WHEN ' FLASHING, r YOUR SPEED t CELL PHONE USE PROHIBITED UP TO $200 FINE DETAIL D672 S7-1T (24X18) TYPE 1—C 4" RAISED PAVEMENT MARKER 10' 30' 4" YELLOW 7 TYPE II —A —A 4" RAISED PAVEMENT MARKER ❑ ❑ 4" YELLOW TWO—WAY LEFT TURN LANE — PAVEMENT MARKINGS 20' DIRECTION OF TRAVEL DIRECTION OF TRAVEL CENTER GORE AREA — PAVEMENT MARKINGS DIRECTION OF TRAVEL r 4" WHITE {TYP.} CURB OR EDGE OF PAVEMENT 8" WHITE (TYP.) CROSS HATCHING FOR MERGING/SHIFTING — PAVEMENT MARKINGS FORT WORTH CITY OF FORT WORTH, TEXAS TYPICAL PAVEMENT MARKINGS END SCHOOL ZONE 55-2 (24X30) OO NO THRU TRAFFIC R10-9 (0 24"x1811) o/ e l l r �� ■ y�f�l 0' JERICO C. ROBLES f Ii "4' 114514 ¢r } ,,.,,_; +! I10 (5'`w \ ti tDate:` 1/07/2022 ( SCHOOL SPEED LIMIT 30 '7:30-8:30 AM \2:30-3.30 PM , CELL PHONE USE PROHIBITED UP TO $200 FINE S4-3P (24"x8") W/ R2-1 (24"x30"), S4-1P (24"x10 ), & 57-1 T (24"x18") , P.E. • ■ s" YELLOW (TYP.) REVISED: 6-15-2015 32 17 23-D642 SCHOOL ZONE SIGNAGE NOTES 1. ALL SIGNS SHALL BE MOUNTED ON 25/e" GALVANIZED STEEL POSTS AND INSTALLED PER THE SIGN POST DETAIL. 2. ALL SIGNS SHALL BE INSTALLED AT LEAST 2' FROM THE BACK OF CURB MEASURED FROM THE EDGE OF THE SIGN. 3. ALL SCHOOL ZONE FLASHING BEACON ASSEMBLIES SHALL BE SOLAR POWERED. POLE AND CONTROL BOX SHALL BE PELCO AND CONTROLLER SHALL BE RTC GUARDIAN 2. 4. SCHOOL WARNING SIGNS, INCLUDING THE "SCHOOL" PORTION OF THE SCHOOL SPEED LIMIT (S5-1) SIGN AND INCLUDING ANY SUPPLEMENTAL PLAQUES USED IN A SSOCIA TION WITH THESE WARNING SIGNS, SHALL HAVE A FLUORESCENT YELL O W— GREEN BACKGROUND WITH A BLACK LEGEND AND BORDER. 5. ALL TRAFFIC SIGNS SHALL COMPLY WITH THE LA TEST EDITION OF THE TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. 4 4 City of Fort Worth, Texas Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements For Eagle Mountain -Saginaw ISD High School #4 PAVEMENT MARKING DETAILS n tnp project EMS 2017 sheet ADDENDUM NO. 2 Addendum No. 2 - Page 1 PROJECT: Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for Eagle Mountain-Saginaw ISD HS #4 TNP PROJECT NO.: EMS 20173 OWNER: Eagle Mountain-Saginaw I.S.D. 1200 N Old Decatur Rd Fort Worth, Texas 76179 CONSULTING ENGINEER: Teague Nall and Perkins, Inc. 5237 N. Riverside Dr. Ste. 100 Fort Worth, Texas 76137 817-336-5773 DATE OF ADDENDUM: January 13, 2022 DATE OF BID RECEIPT: January 18, 2022 @ 10:00 AM 1.01 GENERAL 1/13/2022 • This addendum modifies the Construction Plans, Contract Documents and Specifications as noted within and shall become part of the Contract Documents. • All bidders shall acknowledge receipt of this Addendum No. 2 by initialing the appropriate space in the Proposal. Failure to do so may subject the bidder to disqualification. • Reminder of items to be submitted with Bids, in order to take recommendation to School Board on January 24, 2022 o Forms A thru I as indicated in the Special Instructions to Bidders o W-9 o Financial Statements o List of References o List of major sub-contractors. 1.02 CONTRACT DOCUMENTS The following item has been changed/added: SECTION 00 42 43 – BID PROPOSAL • Unit I: Water Improvements o Added bid items “3137.0104 Medium Stone Riprap, dry” and “9999.0002a Automated Flushing System”. (See attached proposal) 00 42 43 DAP - BID PROPOSAL Page 1 of 5 I-1 0241.1106 16" Pressure Plug 02 41 14 EA 2 I-2 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 I-3 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 I-4 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 327 I-5 3305.0109 Trench Safety 33 05 10 LF 8640 I-6 3305.0111 Valve Box Adjustment 33 05 14 EA 1 I-7 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 11 I-8 3311.0061 4" PVC Water Pipe 33 11 12 LF 4 I-9 3311.0161 6" PVC Water Pipe 33 11 12 LF 165 I-10 3311.0461 12" PVC Water Pipe 33 11 12 LF 98 I-11 3311.0551 16" DIP Water 33 11 10 LF 114 I-12 3311.0557 16" DIP Water, CLSM Backfill 33 11 12 LF 211 I-13 3311.0561 16" PVC C905 Water Pipe 33 11 12 LF 8048 I-14 3312.0001 Fire Hydrant 33 12 40 EA 2 I-15 3312.0002 Water Sampling Station 33 12 50 EA 1 I-16 3312.2203 2" Water Service 33 12 10 EA 1 I-17 3312.2803 6" Water Meter and Vault 33 12 11 EA 2 I-18 3312.3002 6" Gate Valve 33 12 20 EA 4 I-19 3312.3005 12" Gate Valve 33 12 20 EA 3 I-20 3312.3006 16" Gate Valve w/ Vault 33 12 20 EA 8 I-21 3312.6002 6" Blow Off Valve 33 12 60 EA 4 I-22 3312.4114 16" x 12" Tapping Sleeve & Valve 33 12 25 EA 1 I-23 3471.0001 Traffic Control 34 71 13 MO 1 I-24 9999.0001 2" Air Release Valve 00 00 00 EA 4 I-25 9999.0002a Automated Flushing System 00 00 00 EA 1 I-26 9999.0002b Water Vault Adjustment, Major 00 00 00 EA 3 A1 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 A2 3311.0451 12" DIP Water 33 11 10 LF 114 A3 3311.0457 12" DIP Water, CLSM Backfill 33 11 12 LF 211 A4 3311.0461 12" PVC Water Pipe 33 11 12 LF 8048 A5 3312.3005 12" Gate Valve 33 12 20 EA 8 Bid ValueBidlist Item No. UNIT I: WATER IMPROVEMENTS Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price TOTAL UNIT I: WATER IMPROVEMENTS TOTAL: ALTERNATE A Alternate A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 2 of 5 Bid ValueBidlist Item No. Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price II-1 3301.0002 Post-CCTV Inspection 33 01 31 LF 5025 II-2 3301.0101 Manhole Vacuum Testing 33 01 30 EA 17 II-3 3305.0109 Trench Safety 33 05 10 LF 5025 II-4 3331.4201 10" Sewer Pipe 33 11 10 LF 5025 II-5 3339.0001 Epoxy Manhole Liner 33 39 60 VF 118 II-6 3339.1001 4' Manhole 33 39 10 EA 16 II-7 3339.1103 5' Extra Depth Manhole 33 39 10 VF 118 II-8 9999.0003 Connect to Existing Sewer Manhole 00 00 00 EA 1 II-9 9999.0004 4' Manhole with Interior Corrosion Protection 00 00 00 EA 1 UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 3 of 5 Bid ValueBidlist Item No. Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price III-1 0241.3013 Remove 18" Storm Line 02 41 14 LF 48 III-2 0241.3018 Remove 33" Storm Line 02 41 14 LF 78 III-3 0241.3021 Remove 42" Storm Line 02 41 14 LF 200 III-4 0241.3103 21" Storm Abandonment Plug 02 41 14 EA 5 III-5 0241.3112 48" Storm Abandonment Plug 02 41 14 EA 1 III-6 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 950 III-7 3137.0101 Concrete Riprap 31 37 00 SY 125 III-8 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 825 III-9 3305.0109 Trench Safety 33 05 10 LF 2766 III-10 3341.0103 18" RCP, Class III 33 41 10 LF 92 III-11 3341.0201 21" RCP, Class III 33 41 10 LF 470 III-12 3341.0205 24" RCP, Class III 33 41 10 LF 770 III-13 3341.0302 30" RCP, Class III 33 41 10 LF 222 III-14 3341.0309 36" RCP, Class III 33 41 10 LF 428 III-15 3341.0402 42" RCP, Class III 33 41 10 LF 30 III-16 3341.0409 48" RCP, Class III 33 41 10 LF 310 III-17 3341.1002 3x3 Box Culvert 33 41 10 LF 252 III-18 3341.1102 4x3 Box Culvert 33 41 10 LF 224 III-19 3341.1304 6x5 Box Culvert 33 41 10 LF 60 III-20 3341.2002 10x5 Box Culvert 33 41 10 LF 100 III-21 3349.0001 4' Storm Junction Box 33 49 10 EA 4 III-22 3349.0002 5' Storm Junction Box 33 49 10 EA 2 III-23 3349.0003 6' Storm Junction Box 33 49 10 EA 1 III-24 3349.0102 4' Manhole Riser 33 49 10 EA 2 III-25 3349.1009 42" Flared Headwall, 1 pipe 33 49 40 EA 1 III-26 3349.4103 18" SET, 1 pipe 34 49 40 EA 4 III-27 3349.6001 10' Recessed Inlet 33 49 20 EA 4 III-28 3349.6002 15' Recessed Inlet 33 49 20 EA 2 III-29 3349.6003 20' Recessed Inlet 33 49 20 EA 2 III-30 3349.7001 4' Drop Inlet 33 49 20 EA 1 III-31 9999.0005 Remove 12" Storm Line 00 00 00 LF 97 III-32 9999.0006 Junction Structure #1 with Manhole 00 00 00 EA 1 III-33 9999.0007 Junction Structure #2 with Manhole 00 00 00 EA 1 III-34 9999.0008 Flared Headwall, 10'x5' Box Culvert 00 00 00 EA 2 III-35 9999.0009 Parallel Headwall, 10'x5' Box Culvert 00 00 00 EA 1 III-36 9999.0010 Flared Headwall, 2-4'x3' Box Culvert 00 00 00 EA 1 III-37 9999.0011 Pedestrian Rail 00 00 00 LF 112 TOTAL UNIT III: DRAINAGE IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 4 of 5 Bid ValueBidlist Item No. Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price IV-1 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 13545 IV-2 3110.0101 Site Clearing 31 10 00 LS 1 IV-3 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 20145 IV-4 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 IV-5 3211.0400 Hydrated Lime 31 11 29 TN 746 IV-6 3211.0504 12" Lime Treatment 32 11 29 SY 20710 IV-7 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 2155 IV-8 3212.0507 10" Asphalt Base Type B 32 12 16 SY 2155 IV-9 3213.0106 11" Conc Pvmt 32 13 13 SY 17290 IV-10 3213.0301 4" Conc Sidewalk 32 13 20 SF 45865 IV-11 3213.0402 7" Concrete Driveway 32 13 20 SF 14490 IV-12 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 1 IV-13 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 14 IV-14 3217.0001 4" SLD Pvmt Marking HAS (W)32 17 23 LF 5655 IV-15 3217.0002 4" SLD Pvmt Marking HAS (Y)32 17 23 LF 13020 IV-16 3217.0201 8" SLD Pvmt Marking HAS (W)32 17 23 LF 290 IV-17 3217.0202 8" SLD Pvmt Marking HAS (Y)32 17 23 LF 440 IV-18 3217.0501 24" SLD Pvmt Marking HAE (W)32 17 23 LF 22 IV-19 3217.1002 Lane Legend Arrow 32 17 23 EA 3 IV-19 3217.1004 Lane Legend Only 32 17 23 EA 1 IV-20 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 20 IV-21 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 260 IV-22 3291.0100 Topsoil 32 91 19 CY 1610 IV-23 3292.0100 Block Sod Placement 32 92 13 SY 9650 IV-24 3441.1231 Furnish/Install Radar Advance Detection Device 34 41 10 EA 2 IV-25 3441.1831 School Zone Flasher Assembly (Solar)34 41 10 EA 2 IV-26 3441.4003 Furnish/Install Alum Sign Ground Mount City Std.34 41 30 EA 9 IV-27 3471.0001 Traffic Control 34 71 13 MO 1 IV-28 9999.0012 Permanent End of Road Barricade 00 00 00 LF 25 IV-29 9999.0013 Gravel Driveway 00 00 00 SF 755 TOTAL UNIT IV: PAVING IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 5 of 5 Bid ValueBidlist Item No. Unit of Measure SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price V-1 2605.3015 2" CONDT PVC SCH 80 (T)26 05 33 LF 5300 V-2 3441.1502 Ground Box Type B, w/Apron 34 41 10 EA 19 V-3 3441.1772 Furnish/Install 240-480 Volt Single Phase 34 41 20 EA 2 V-4 3441.3003 Rdwy Illum Assmbly TY 18,18A,19, and D-40 34 41 20 EA 28 V-5 3441.3201 LED Ligthing Fixture 34 41 20 EA 28 V-6 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 34 41 20 EA 28 V-7 9999.0014 #2 XHHW Conductor 34 41 20 LF 15900 This Bid is submitted by the entity named below: BIDDER: BY: TITLE: DATE: END OF SECTION UNIT III: DRAINAGE IMPROVEMENTS Base Bid Summary TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS working days after the date when the CONTRACT commences to run as provided in the General Conditions. Total Base Bid UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Contractor agrees to complete WORK for FINAL ACCEPTANCE within UNIT I: WATER IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS ADDENDUM NO. 3 Addendum No. 3 - Page 1 PROJECT: Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for Eagle Mountain-Saginaw ISD HS #4 TNP PROJECT NO.: EMS 20173 OWNER: Eagle Mountain-Saginaw I.S.D. 1200 N Old Decatur Rd Fort Worth, Texas 76179 CONSULTING ENGINEER: Teague Nall and Perkins, Inc. 5237 N. Riverside Dr. Ste. 100 Fort Worth, Texas 76137 817-336-5773 DATE OF ADDENDUM: January 14, 2022 DATE OF BID RECEIPT: January 18, 2022 @ 2:00 PM 1.01 GENERAL 1/14/2022 • This addendum modifies the Construction Plans, Contract Documents and Specifications as noted within and shall become part of the Contract Documents. • All bidders shall acknowledge receipt of this Addendum No. 3 by initialing the appropriate space in the Proposal. Failure to do so may subject the bidder to disqualification. 1.02 CONTRACT DOCUMENTS SECTION 00 11 13 – INVITATION TO BIDDERS • Revised the phrase “until 10:00 A.M. CST, Tuesday, January 18, 2022” to “until 2:00 P.M. CST, Tuesday, January 18, 2022”. SECTION 00 42 43 – BID PROPOSAL See attached revised bid proposal document. • Unit I: Water Improvements o Added bid item “3292.0400 Seeding, Hydromulch”. (See attached proposal) • Unit II: Sanitary Sewer Improvements o Added bid item “3292.0400 Seeding, Hydromulch”. (See attached proposal) o Added bid item “3305.0112 Concrete Collar”. (See attached proposal) o Added bid item “3305.0113 Trench Water Stop”. (See attached proposal) o Changed quantity of bid item “3331.4201 10” Sewer Pipe” from “5025 LF” to “4905 LF”. o Added bid item “3331.4202 10” Sewer Pipe, CSS Backfill”. (see attached proposal) • Unit IV: Paving Improvements o Added bid item “3292.0400 Seeding, Hydromulch”. (See attached proposal) END OF ADDENDUM 00 42 43 DAP - BID PROPOSAL Page 1 of 5 I-1 0241.1106 16" Pressure Plug 02 41 14 EA 2 I-2 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 I-3 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 I-4 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 327 I-5 3292.0400 Seeding, Hydromulch 32 92 13 SY 5470 I-6 3305.0109 Trench Safety 33 05 10 LF 8640 I-7 3305.0111 Valve Box Adjustment 33 05 14 EA 1 I-8 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 11 I-9 3311.0061 4" PVC Water Pipe 33 11 12 LF 4 I-10 3311.0161 6" PVC Water Pipe 33 11 12 LF 165 I-11 3311.0461 12" PVC Water Pipe 33 11 12 LF 98 I-12 3311.0551 16" DIP Water 33 11 10 LF 114 I-13 3311.0557 16" DIP Water, CLSM Backfill 33 11 12 LF 211 I-14 3311.0561 16" PVC C905 Water Pipe 33 11 12 LF 8048 I-15 3312.0001 Fire Hydrant 33 12 40 EA 2 I-16 3312.0002 Water Sampling Station 33 12 50 EA 1 I-17 3312.2203 2" Water Service 33 12 10 EA 1 I-18 3312.2803 6" Water Meter and Vault 33 12 11 EA 2 I-19 3312.3002 6" Gate Valve 33 12 20 EA 4 I-20 3312.3005 12" Gate Valve 33 12 20 EA 3 I-21 3312.3006 16" Gate Valve w/ Vault 33 12 20 EA 8 I-22 3312.6002 6" Blow Off Valve 33 12 60 EA 4 I-23 3312.4114 16" x 12" Tapping Sleeve & Valve 33 12 25 EA 1 I-24 3471.0001 Traffic Control 34 71 13 MO 1 I-25 9999.0001 2" Air Release Valve 00 00 00 EA 4 I-26 9999.0002a Automated Flushing System 00 00 00 EA 1 I-27 9999.0002b Water Vault Adjustment, Major 00 00 00 EA 3 A1 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 A2 3311.0451 12" DIP Water 33 11 10 LF 114 A3 3311.0457 12" DIP Water, CLSM Backfill 33 11 12 LF 211 A4 3311.0461 12" PVC Water Pipe 33 11 12 LF 8048 A5 3312.3005 12" Gate Valve 33 12 20 EA 8 Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price UNIT I: WATER IMPROVEMENTS Unit of Measure Bid ValueBidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID TOTAL UNIT I: WATER IMPROVEMENTS TOTAL: ALTERNATE A Alternate A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 2 of 5 Specification Section No. Bidder's Proposal Description Bid Quantity Unit PriceUnit of Measure Bid ValueBidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID II-1 3292.0400 Seeding, Hydromulch 32 92 13 SY 6180 II-2 3301.0002 Post-CCTV Inspection 33 01 31 LF 5025 II-3 3301.0101 Manhole Vacuum Testing 33 01 30 EA 17 II-4 3305.0109 Trench Safety 33 05 10 LF 5025 II-5 3305.0112 Concrete Collar 33 05 17 EA 16 II-6 3305.0113 Trench Water Stops 33 05 15 EA 6 II-7 3331.4201 10" Sewer Pipe 33 11 10 LF 4905 II-8 3331.4202 10" Sewer Pipe, CSS Backfill 33 11 10 LF 120 II-9 3339.0001 Epoxy Manhole Liner 33 39 60 VF 118 II-10 3339.1001 4' Manhole 33 39 10 EA 16 II-11 3339.1103 5' Extra Depth Manhole 33 39 10 VF 118 II-12 9999.0003 Connect to Existing Sewer Manhole 00 00 00 EA 1 II-13 9999.0004 4' Manhole with Interior Corrosion Protection 00 00 00 EA 1 UNIT II: SANITARY SEWER IMPROVEMENTS TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 3 of 5 Specification Section No. Bidder's Proposal Description Bid Quantity Unit PriceUnit of Measure Bid ValueBidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID III-1 0241.3013 Remove 18" Storm Line 02 41 14 LF 48 III-2 0241.3018 Remove 33" Storm Line 02 41 14 LF 78 III-3 0241.3021 Remove 42" Storm Line 02 41 14 LF 200 III-4 0241.3103 21" Storm Abandonment Plug 02 41 14 EA 5 III-5 0241.3112 48" Storm Abandonment Plug 02 41 14 EA 1 III-6 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 950 III-7 3137.0101 Concrete Riprap 31 37 00 SY 125 III-8 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 825 III-9 3305.0109 Trench Safety 33 05 10 LF 2766 III-10 3341.0103 18" RCP, Class III 33 41 10 LF 92 III-11 3341.0201 21" RCP, Class III 33 41 10 LF 470 III-12 3341.0205 24" RCP, Class III 33 41 10 LF 770 III-13 3341.0302 30" RCP, Class III 33 41 10 LF 222 III-14 3341.0309 36" RCP, Class III 33 41 10 LF 428 III-15 3341.0402 42" RCP, Class III 33 41 10 LF 30 III-16 3341.0409 48" RCP, Class III 33 41 10 LF 310 III-17 3341.1002 3x3 Box Culvert 33 41 10 LF 252 III-18 3341.1102 4x3 Box Culvert 33 41 10 LF 224 III-19 3341.1304 6x5 Box Culvert 33 41 10 LF 60 III-20 3341.2002 10x5 Box Culvert 33 41 10 LF 100 III-21 3349.0001 4' Storm Junction Box 33 49 10 EA 4 III-22 3349.0002 5' Storm Junction Box 33 49 10 EA 2 III-23 3349.0003 6' Storm Junction Box 33 49 10 EA 1 III-24 3349.0102 4' Manhole Riser 33 49 10 EA 2 III-25 3349.1009 42" Flared Headwall, 1 pipe 33 49 40 EA 1 III-26 3349.4103 18" SET, 1 pipe 34 49 40 EA 4 III-27 3349.6001 10' Recessed Inlet 33 49 20 EA 4 III-28 3349.6002 15' Recessed Inlet 33 49 20 EA 2 III-29 3349.6003 20' Recessed Inlet 33 49 20 EA 2 III-30 3349.7001 4' Drop Inlet 33 49 20 EA 1 III-31 9999.0005 Remove 12" Storm Line 00 00 00 LF 97 III-32 9999.0006 Junction Structure #1 with Manhole 00 00 00 EA 1 III-33 9999.0007 Junction Structure #2 with Manhole 00 00 00 EA 1 III-34 9999.0008 Flared Headwall, 10'x5' Box Culvert 00 00 00 EA 2 III-35 9999.0009 Parallel Headwall, 10'x5' Box Culvert 00 00 00 EA 1 III-36 9999.0010 Flared Headwall, 2-4'x3' Box Culvert 00 00 00 EA 1 III-37 9999.0011 Pedestrian Rail 00 00 00 LF 112 TOTAL UNIT III: DRAINAGE IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 4 of 5 Specification Section No. Bidder's Proposal Description Bid Quantity Unit PriceUnit of Measure Bid ValueBidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID IV-1 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 13545 IV-2 3110.0101 Site Clearing 31 10 00 LS 1 IV-3 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 20145 IV-4 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 IV-5 3211.0400 Hydrated Lime 31 11 29 TN 746 IV-6 3211.0504 12" Lime Treatment 32 11 29 SY 20710 IV-7 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 2155 IV-8 3212.0507 10" Asphalt Base Type B 32 12 16 SY 2155 IV-9 3213.0106 11" Conc Pvmt 32 13 13 SY 17290 IV-10 3213.0301 4" Conc Sidewalk 32 13 20 SF 45865 IV-11 3213.0402 7" Concrete Driveway 32 13 20 SF 14490 IV-12 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 1 IV-13 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 14 IV-14 3217.0001 4" SLD Pvmt Marking HAS (W)32 17 23 LF 5655 IV-15 3217.0002 4" SLD Pvmt Marking HAS (Y)32 17 23 LF 13020 IV-16 3217.0201 8" SLD Pvmt Marking HAS (W)32 17 23 LF 290 IV-17 3217.0202 8" SLD Pvmt Marking HAS (Y)32 17 23 LF 440 IV-18 3217.0501 24" SLD Pvmt Marking HAE (W)32 17 23 LF 22 IV-19 3217.1002 Lane Legend Arrow 32 17 23 EA 3 IV-19 3217.1004 Lane Legend Only 32 17 23 EA 1 IV-20 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 20 IV-21 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 260 IV-22 3291.0100 Topsoil 32 91 19 CY 1610 IV-23 3292.0100 Block Sod Placement 32 92 13 SY 9650 IV-24 3292.0400 Seeding, Hydromulch 32 92 13 SY 19400 IV-25 3441.1231 Furnish/Install Radar Advance Detection Device 34 41 10 EA 2 IV-26 3441.1831 School Zone Flasher Assembly (Solar)34 41 10 EA 2 IV-27 3441.4003 Furnish/Install Alum Sign Ground Mount City Std.34 41 30 EA 9 IV-28 3471.0001 Traffic Control 34 71 13 MO 1 IV-29 9999.0012 Permanent End of Road Barricade 00 00 00 LF 25 IV-30 9999.0013 Gravel Driveway 00 00 00 SF 755 TOTAL UNIT IV: PAVING IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 5 of 5 Specification Section No. Bidder's Proposal Description Bid Quantity Unit PriceUnit of Measure Bid ValueBidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID V-1 2605.3015 2" CONDT PVC SCH 80 (T)26 05 33 LF 5300 V-2 3441.1502 Ground Box Type B, w/Apron 34 41 10 EA 19 V-3 3441.1772 Furnish/Install 240-480 Volt Single Phase 34 41 20 EA 2 V-4 3441.3003 Rdwy Illum Assmbly TY 18,18A,19, and D-40 34 41 20 EA 28 V-5 3441.3201 LED Ligthing Fixture 34 41 20 EA 28 V-6 3441.3302 Rdwy Illum Foundation TY 3,5,6, and 8 34 41 20 EA 28 V-7 9999.0014 #2 XHHW Conductor 34 41 20 LF 15900 This Bid is submitted by the entity named below: BIDDER: BY: TITLE: DATE: END OF SECTION UNIT III: DRAINAGE IMPROVEMENTS Base Bid Summary TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS working days after the date when the CONTRACT commences to run as provided in the General Conditions. Total Base Bid UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS Contractor agrees to complete WORK for FINAL ACCEPTANCE within UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT I: WATER IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS SPECIAL INSTRUCTIONS TO BIDDERS Project: WATER, SANITARY SEWER, PAVING, STORM DRAIN AND STREET LIGHT IMPROVMENETS FOR EAGLE MOUNTAIN-SAGINAW ISD HIGH SCHOOL #4 Owner: Eagle Mountain-Saginaw ISD (EMSISD) Project Bid: The bidding process for this contract shall be under the process of a CSP (Competitive Sealed Proposal). The lowest and most qualified responsible bidder who can meet the criteria established in these documents we will be awarded the contract. EMSISD may select a bidder who is not necessarily the lowest but in their estimation of experience and qualifications would be the lowest qualified to execute the work. After the opening of the sealed proposals, the EMSISD shall evaluate and rank each proposal submitted in relation to the selection criteria set forth below. The EMSISD shall select the proposal that offers the best value to the EMSISD based on the selection criteria and on the ranking evaluation; price alone shall not be determinative. The EMSISD shall use the following criteria (applying the weighting percentages indicated for each criterion) for the selection of the proposal that offers the best interest and value to EMSISD: 1. Cost 40% 2. Bid Time 20% 3. Qualifications and Experience 20% 4. Reputation/References 20% Evaluation Criteria: 1. Cost A. Base Bid Price B. Alternate Pricing C. Does the proposal fall within the proposed budget, or if not, what is the ranking by amount of this proposal to all other proposal? 2. Bid Time. The Contractor shall complete the bid times outlined on the Proposal. EMSISD is interested in the earliest possible completion date at the lowest cost. The time bid for each item will be weighted with the CSP. 3. Qualifications and Experience A. Does the firm have the financial strength to provide the requested services? B. Does the firm appear to have the capability to meet EMSISD’s objectives? C. Does the firm have the equipment and man power to manage the project? D. How substantial is the firm’s recent experience in the construction of all projec ts of comparable type, size and complexity? E. Is the firm knowledgeable and experienced in the current DFW Metroplex construction market? F. History and experience of major sub-contractors on the team to be provided. Quality of subcontractors will be considered. G. Proposer shall provide the following with the CSP package: 1. Current Financial Statement prepared by an independent certified public accountant. The Statement shall not be more than one (1) year old. Liquid assets (current) in the amount of ten (10%) percent of the estimated project costs is required. 2. Letter of Auditor’s opinion, if available. 3. Previous years’ Balance Sheet, Income State and Change of Financial Position. 4. List of at least three (3) projects that have been satisfactorily completed by the Bidder that are of the same general type as included in this Contract, together with names, addresses and phone numbers of persons familiar with this work. 5. Other information that may be pertinent to the Bidder’s qualifications. 6. List of major sub-contractors that will be used on this project. See list noted below. 4. Reputation and References A. Has the firm worked with EMSISD in the past? If so, was the work satisfactory to EMSISD? B. Have any of the key personnel worked in EMSISD in the past? C. Is the firm accessible for warranty management? Is warranty work completed on time? D. Does the firm pay subs on time? E. What is the reputation of the firm regarding demand of construction quality, history of value engineering processes and its cost effectiveness in relationship to quality? F. Claims and Lawsuit History i. Has your company/organization ever failed to complete any work awarded to it? No Yes_____ ii. Are there any suits, judgments, claims, or arbitration proceedings pending against your company/organization or its officers? No Yes_____; if yes, provide written clarifications. iii. Has your company/organization filed any lawsuit or requested arbitration with regard to construction? No Yes_____; if yes, provide written clarification. G. Proposer shall respond in writing in a manner sufficient to answer these questions and provide substantial documentation that supports the firms reputation and client references. Proposer shall provide references of clients name, address, contact information, project scope and date of project. Reference will be contacted as part of the evaluation process. The contractor shall submit with his bid a list of all major sub-contractors to be used including, but not limited to the following: • Earthwork • Concrete/Asphalt • Utilities – Water, Sanitary Sewer, & Storm Drain • Landscape & Irrigation • Street Light Improvements The Contractor may include 2-3 sub-contractors within each category if the company has not been determined. Award of Contract: The notice of award of contract will be given by EMSISD (hereafter "OWNER") within ninety (90) days following the opening of bids. The successful bidder shall submit, within five (5) days after notice of award of contract, a corporate resolution, certificate of partnership, partnership agreement or joint venture agreement which identifies the person(s) authorized to execute a contract on behalf of the corporation, partnership, or joint venture. The successful bidder shall also furnish certificates of insurance that meet the EMSISD requirements within ten (10) working days after bid opening. The successful bidder must qualify within two (2) working days after bid opening, by submitting such additional evidence as EMSISD may require compliance with the terms of these contract documents. Should the bidder fail to produce evidence which satisfactorily demonstrates to EMSISD that bidder qualifies for contract award, bidder may be disqualified and the work awarded to the next most qualified bidder. Bonds: The successful bidder shall furnish a performance bond in the amount of one hundred percent (100%) of the contract price, a material and labor payment bond, and a two (2) year maintenance bond in the amount of one hundred percent (100%) of the contract price. Bonds must be submitted on the forms provided and must be provided by an approved surety company holding a permit from the State of Texas to act as surety, or other sureties acceptable to the OWNER. One original of the complete bid proposal must be submitted with the Project Name clearly identified on the exterior of the bid package. The right is reserved, as the interest of EMSISD may require, to reject any and all bids, and to waive any informality in bids received To be considered a responsive CSP, all pages requiring signature, and any/all attachments or documents requested, must be completed with all requested information, SIGNED and RETURNED sealed in an envelope or other appropriate package adequate to conceal and contain the contents prior to the CSP date and time. • FORM A: CSP RESPONSE FORM • FORM B: DEVIATION/COMPLIANCE SIGNATURE FORM • FORM C: NON-COLLUSION STATEMENT • FORM D: CRIMINIAL BAKCGROUND CHECK AND FELONY CONVICTION NOTIFICATION • FORM E: NON-RESIDENT BIDDER’S CERTIFICATION • FORM F: COMPLIANCE CERTIFICATION FORM • FORM G: CONFLICT OF INTEREST QUESTIONONAIRE – FORM CIQ • FORM H: NOTIFICATION OF HAZARDOUS MATERIALS AFFIDAVIT • FORM I: CONTRACTOR DATA FORM • W-9 Please verify that the documents listed below have been completed, signed, and included in your CSP prior to submittal. Failure to return these documents may cause your CSP to be rejected. Rev.16—Jul21 Date:1/18/2022 FORM A CSP RESPONSE FORM The undersigned,in submitting this CS?and endorsement of same,represents that he/she is authorized to obligate his/her firm,that he/she is an equal opportunity employer and will not discriminate with regard to race,color, religion,sex,national origin,age or disability unrelated to job performance of this CSP;that he/she will abide by all the policies and procedures of EM-S ISD;and that he/she has read this entire Cs?package,is aware of the covenants contained herein and will abide by and adhere to the expressed requirements in ALL sections of this CS?. Failure to manually sign this CSP Response Form will be reason for the CSP to be rejected. SUBMITTED BY: firm:Jackson Construction,Ltd. (OFFICIAL Firm Name)MUST BE SIGNED IN INK TO BE By: __________________________________________ CONSIDERED RESPONSIVE/(Origpi Signature) Name:Troy L.Jackson (Typed or Printed Name) Title:President January 18,2022 (Type or Printed Title)(Date) Contact Representative:Danny McCutchen Address:5112 Sun Valley Drive City/ST/Zip:Fort Worth,Texas 76119 Phone#:817-572-3303 fax#:817-478-0443 Email:DannyM@jacksontx.net NOTE:Submit copy of Bidder’s/ Taxpayer Identification #:75-2678585 Proposer’s curreitt W-9 form Prompt Payment Discount:% ___________ Days I hereby acknowledge receipt of the following addenda which have been issued and incorporated into the CSP Document.(Please initial in ink beside each addenda received.If none received,leave blank) Addendum No.I _______________ Addendum No.3 _______________ Addendum No.2 /Addendum No.4 Rev.16—Jul 21 Date:1/18/2022 FORM B DEVIATION/COMPLIANCE SIGNATURE FORM If the undersigned firm intends to deviate from the Specifications listed in this CSP document,all such deviations must be listed on this page,with complete and detailed conditions and information included or attached.The District will consider any deviations in its CSP award decisions,and the District reserves the right to accept or reject any CSP based upon any deviations indicated below or in any attachments or inclusions. In the absence of any deviation entry on this form,the firm assures the District of his/her full compliance with the Terms and Conditions,Specifications,and all other information contained in this CSP document. 0 No Deviation D Yes Deviations Firm’s Name:Jackson Construction,Ltd. Authorized Company Official’s Name: Title of Authorized Representative: Signature of Authorized Company Official: Date Signed: Troy L.Jackson (Typed or printed) President (Typed orprinted —,/7;’4% January 18,2022 If yes is checked,please list below.Attach additional sheet(s)if needed. Rev.16—Jul21 Date:1/18/2022 FORM C NON-COLLUSION STATEMENT “The undersigned affirms that he/she is duly authorized to execute this CS?,that this company,corporation,firm, partnership or individual has not prepared this CSP in collusion with any other proposer,and that the contents of this CSP as to prices,terms or conditions of said CS?have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this CSP.” firm’s Name:Jackson Construction.Ltd. Authorized Company Official’s Name: Title of Authorized Representative: Signature of Authorized Company Official: Date Signed: Troy L.Jackson (Typed or printed) President (Typed or printed) January 12,2022 Firm hereby assigns to purchaser any and all claims for overcharges associated with this CS?which arise under the antitrust laws of the United States,15 USCA Section 1 and which arise under the antitrust laws of the State of Texas,Business and Commerce Code,Section 15.01. Rev.16—Jul21 Date:1/18/2022 FORM D CRIMINAL BACKGROUND CHECK AND FELONY CONVICTION NOTIFICATION (a)CRIMINAL BACKGROUND CHICK Firm will obtain history record information that relates to an employee,applicant for employment,or agent of the Firm if the employee,applicant,or agent has or will have continuing duties related to the contracted services;and the duties are or will be performed on school property or at another location where students are regularly present. The Firm certifies to the EMSISD before beginning work and at no less than an annual basis thereafter that criminal history record information has been obtained.Firm shall assume all expenses associated with the background checks,and shall immediately remove any employee or agent who was convicted of a felony,or misdemeanor involving moral turpitude,as defined by Texas law,from EMSISD’s property or other location where students are regularly present.EMSISD shall be the final decider of what constitutes a “location where students are regularly present.”firm’s violation of this section shall constitute a material breach and default. (b)FE LONY CONVICTION NOTIFICATION Texas Education Code,Section 44.034,Notification of Criminal History,Subsection (a),states,“a person or business entity that enters into a contract with a school district must give advance notice to the District if the person or owner or operator of the business entity has been convicted of a felony.”The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b)states,“a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a)or misrepresented the conduct resulting in the conviction.”The district must compensate the person or business entity for services performed before the termination of the contract. THE FELONY CONVICTION NOTICE IS NOT REQUIRED OF A PUBLICLY-HELD CORPORATION. I,the undersigned agent for the firm named below,certify that the infonnation concerning criminal background check and notification of felony convictions has been reviewed by me,the following information furnished is true to the best of my knowledge,and I acknowledge compliance with this section. firm’s Name:Jackson Construction.Ltd. Authorized Company Official’s Name:Troy L.Jackson (please print clearly or type) A.My firm is a publicly-held corporation;therefore,this reporting requirement is not applicable: Signature of Company Official: _______________________________________ Date: _____________________ 3.My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official: ______________________________ Date:January 18.2022 C.My firm is owned or operated by the following ividual(s)who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): Signature of Company Official: _____________________________________ Date: ____________________ FORM D -CONTINUES ON NEXT PAGE ...PAGE 1/2 Rev.6—JuI2I Date:1/18/2022 FORM D -CONTINUED PAGE 2/2 Contractor is responsible for the performance of the persons,employees and/or sub-contractors that the contractor assigns to provide services for the Eagle Mountain-Saginaw ISD pursuant to this CS?on any and all Eagle Mountain-Saginaw ISD campuses or facilities.Contractor will not assign individuals to provide services at an Eagle Mountain-Saginaw ISD campus or facility who have a history of violent,unacceptable,or grossly negligent behavior or who have a felony conviction,without the prior written consent of the Eagle Mountain-Saginaw ISD Purchasing Department. Rev.16—Jul21 FORM E Date:1/18/2022 NONRESIDENT BIDDER’S CERTIFICATION Texas Government Code Chapter 2252 relates to bids by nonresident contractors.The pertinent portions of the Act are as follows: Section 2252.00 1(3) “Nonresident bidder”means a bidder who is not a resident. Section 2252.00 1(4) “Resident bidder”means a bidder whose principal place of business is in this state,including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Section 2252.002 A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located. I certify that Jackson Construction,Ltd. Resident Bidder of Texas as defined in Texas Government Code Section 2252.00 1(4) isa Signature of Authorized Company Official: Authorized Company Official’s Name: ....I...aa•..............a...I•BU••••••••••••••J•••••Ua •••••••••••II I certify that isa Nonresident Bidder of Texas as defined in Texas Government Code Section 2252.00 1(3)and our principal place of business is: City and State: ________________________________________________ Signature of Authorized Company Official: ______________________________________________ t Trov L.Jackson Authorized Company Official’s Name: Rev.16—Jul21 Date:1/18/2022 FORM F COMPLIANCE CERTIFICATION FORM ISRAEL BOYCOT Pursuant to Texas Government Code Ann.§2271,as amended,if Contractor is a for-profit organization, association,corporation,partnership,joint venture,limited partnership,limited liability partnership,or limited liability company,including a wholly owned subsidiary,majority-owned subsidiary,parent company,or affiliate of those entities or business associations (specifically excluding sole proprietorships)that exists to make a profit,has ten (10)or more full-time employees,and the value of the contract with Owner is $100,000 or more,Contractor certifies to the EMS ISD,by submitting a proposal or signing a contract with the District,that the Contractor does not boycott Israel and will not boycott Israel during the tenn of this Agreement. TERRORIST ORGANIZATIONS Pursuant to Texas Government Code Ann.§2252,Contractor verifies and affirms that it is not a foreign terrorist organization as identified on the list prepared and maintained by the Texas Comptroller of Public Accounts.If Contractor has misrepresented its inclusion on the Comptroller’s list,such omission or misrepresentation will void this Contract. ABORTION PROVIDERS Pursuant to Texas Government Code Ann.§2272,by submitting a proposal and entering a contract with EMS ISD on such proposal,the Contractor verifies by its signature below that it is not an abortion provider or an affiliate of abortion providers,whereby the provider or affiliate receives something of value derived from state or local tax revenue.Any contract entered into by the District is void if the Contractor has such a prohibited affiliation or contractual relationship. ENERGY COMPANY BOYCOTT As required by Texas Government Code Ann.§2274,if Contractor has ten (10)or more employees,is not a sole proprietorship,and if the value of Contractor’s proposal has a value of $100,000 or more,Contractor certifies by submitting Contractor’s proposal that it does not boycott energy companies and will not during the term of any contract with the District,unless excepted by that law. FIREARM ENTITY/TRADE ASSOCIATION NONDISCRIMINATION If Contractor is not a sole proprietorship,has ten (10)or more employees,and the value of Contractor’s proposal has a value of $100,000 or more,Contractor certifies by submitting Contractor’s proposal that it does not have a practice,policy,guidance,or directive that discriminates against a firearm entity or firearm trade association,as defined by Texas Government Code Ann.§2274,and will not during the term of any contract with the District, unless excepted from that law. CERTIFICATE OF INTERESTED PARTIES EMS ISD may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the District at the time the Contractor submits the signed contract.Additional information is available on the Texas Ethics Commission website at https://www.ethics.state.tx.us/fihinginfo/l 295/. Rev.16—Jul21 Date:1/18/2022 The undersigned acknowledges that if awarded this contract they will comply with all the requirements stated in this Compliance Certification form (Form F). Firm’s Name:.Iackson flonstriietinn tftf Name of Authorized Company Official: Title of Authorized Company Official: Signature of Authorized Company Official: Troy L.Jackson (Typed or printed) President (Typed or printed) - January 18,2022DateSigned: Rev.16—Jut 21 Date:1/18/2022 FORM G CONFLICT OF INTEREST QUESTIONNAIRE -FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity ThIs questionnaIre reflects changes made to the law by H.B 23,84th Leg.,Regular SessIon.OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date ReceivedhasabusinessrelationshipasdefinedbySection176.001(1-a)with a local governmental entity and thevendormeetsrequirementsunderSection176.006(a). By law this questionnaire must be filed witl,tl,e records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed.See Section 176.006(a-1),Local Government Code. A vendor Commits an offense if the vendor knowingly violates Section 176.006,Local Government Code.Anoffenseunderthissectionisamisdemeanor. 1]Name of vendor who has a business relationship with local governmental entity. Jackson Construction,Ltd. Check this box it you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3J Name of local government officer about whom the information is being disclosed. N/A Name of Officer 4]Describe each employment or other business relationship with the local government officer,or a family member of theofficer,as described by Section 176.003(a)(2)(A).Also describe any family relationship with the local government officer.Complete subparts A and B for each employment or business relationship described.Attach additional pages to this Form CIQ as necessary. A.Is the local government officer or a family member of the officer receiving or likely to receive taxable income,other than investment income,from the vendor? Yes No B.Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from thelocalgovernmentalentity? Yes No 5]Describe each employment or business relationship that the vendor named in Section I maintains with a corporation orotherbusinessentitywithrespecttowhichthelocalgovernmentofficerservesasanofficerordirector,or holds anownershipinterestofonepercentormore. N/A 6] EJ Check this box if the vendor has given the local government officer or afamily member of the officer one or more giftsasdescribedinSection176.003(a)f2)(B),excluding gifts described in Section 176.003(a-1). 7]7 January 18.2022SignatureofyndordoingbcIsj’ess with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 Rev.16—Jul21 Date:1/18/2022 FORM H NOTIFICATION OF HAZARDOUS MATERIALS AFFIDAVIT STATE OF TEXAS Tarrant COUNTY Before me,undersigned authority on this day personally appeared Troy L.Jackson ,known to me to be the person whose name is subscribed below,who,on oath stated: As the appropriate official of the company,contractor,or subcontractor submitting this affidavit inconjunctionwithabidsubmittedtotheEagleMountain-Saginaw ISD,I acknowledge that thiscompany,contractor,or subcontractor has been notified that copies of the Asbestos Hazard Emergency Response Act (AHERA)for the school(s)where such company,contractor or subcontractor has beencontractedtoperformworkareavailableattheEagleMountain-Saginaw ISD,Fort Worth,Texas.Iunderstandthatitisourresponsibilitytofamiliarizeourselveswithsuchplansandthatitisourresponsibilitytoinformeveryworkerthatweuseonthisprojectastotheavailabilityoftheseplans. We also acknowledge that we will be required to obtain clearance from the Eagle Mountain-Saginaw ISD,prior to executing any work on this project.” Name of Company:Jackson Construction,Ltd. By: Title:President STATE OF TEXAS COUNTY OF Tarrant Sworn to and subscribed before my hand atFort Worth Texas this the 18th day of Januaty ___ 2022,A.D. Notary Public innd for Tarrant County,Texas JOSE CONTRERAS Notary Public,State of Te Comm.Expires 12-27-2024 Notary ID 129238975 Rev.16—Jul21 Date:1/18/2022 FORM I CONTRACTOR DATA FORM How long has the company been in business?42 Years 1.For Purchase Orders:ORDERING ADDRESS INFORMATION Company Name:Jackson Construction,Ltd. Address:5112 Sun Valley Drive Fort Worth,Texas 761 19 Business Phone:817-572-3303 Fax:817-478-0443 Contact Person:Danny McCutchen Email:DannyM(,Jacksontx.net Does your company accept orders via email?Yes X No ___________ If yes,what is the ordering email address?DannyM@Jacksontx.net 2.For Payments:REMITTANCE ADDRESS INFORMATION Company Name:Jackson Construction.Ltd. Address:5112 Sun Valley Drive Fort Worth,Texas 76119 Business Phone:817-572-3303 Fax:817-478-0443 Contact Person:Carmen Estep Email:CarmenE@Jacksontx.net 3.For Bid Notifications:BID NOTICES ADDRESS INFORMATION Company Name:Jackson Construction,Ltd. Address:5112 Sun Valley Drive Fort Worth,Texas 76119 Business Phone:817-572-3303 Fax:817-478-0443 Contact Person:Danny McCutchen Email:DannyM(Jacksontx.net w-9Form (Rev.October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.govlFormW9 for instructions and the latest information. Give Form to the requester.Do not send to the IRS. 1 Name (as shown on your income tax return).Name is required on this line;do not leave this line blank. Jackson Construction,Ltd. 2 Business name/disregarded entity name,if different from above J a)ga I a.0 0.0 • —0 0. U, a) a) U) 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1.Check only one of the 4 Exemptions (codes apply only to following seven boxes,certain entities,not individuals;see instructions on page 3): LI Individual/sole proprietor or LI C Corporation S Corporation LI Partnership LI Trust/estate single-member LLC Exempt payee code (if any) __________ LI Limited liability company.Enter the tax classification (C=C corporation,S=S corporation,P=Partnership)‘ _________ Note:Check the appropriate box in the line above for the tax classification of the single-member owner.Do not check Exemption from FATCA reportingLLCiftheLLCisclassifiedasasingle-member LLC that is disregarded from the owner unless the owner of the LLC is d rfanotherLLCthatisnotdisregardedfromtheownerforU.S.federal tax purposes.Otherwise,a single-member LLC that 0 e a Y ___________________ is disregarded from the owner should check the appropriate box for the tax classification of its owner, LI Other (see instructions)tAppws to ac.000nS ,oa,nt&oed out$ido So U.S.) 5 Address (number,street,and apt.or suite no.)See instructions.Requester’s name and address (optional) 5712 Sun Valley Drive 6 City,state,and ZIP code Fort Worth,TX 76719 7 List account number(s)here (optional) I’TJI Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number (SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part I,later.For other —— entities,it is your employer identification number (EIN).If you do not have a number,see How to get a TIN,later,or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and Employer identificat on number Number To Give the Requester for guidelines on whose number to enter,75 —[785 85lIIICertification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me);and 2.I am not subject to backup withholding because:(a)I am exempt from backup withholding,or (b)I have not been notified by the Internal Revenue Service (IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or (c)the IRS has notified me that I am no longer subject to backup withholding;and 3.I am a U.S.citizen or other U.S.person (defined below);and 4.The FATCA code(s)entered on this form (if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement (IRA),and generally,paymentsotherthaninterestanddividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signatureof DateHereu.s.person 1’General Instructions •Form 1099-DIV (dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise •Form 1099-MISC (various types of income,prizes,awards,or grossnoted,proceeds) Future developments.For the latest information about developments •Form 1099-B (stock or mutual fund sales and certain otherrelatedtoFormW-9 and its instructions,such as legislation enacted transactions by brokers)after they were published,go to www.irs.gov/FormW9. •Form 1099-S (proceeds from real estate transactions)Purpose of Form •Form 1099-K (merchant card and third party network transactions) An individual or entity (Form W-9 requester)who is required to file an •Form 1098 (home mortgage interest),1098-E (student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identification number (TIN)which may be your social security number •Form 1099-C (canceled debt)(SSN),individual taxpayer identification number (ITIN),adoption •Form 1099-A (acquisition or abandonment of secured property)taxpayer identification number (ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person (including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN. returns include,but are not limited to,the following.If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT (interest earned or paid)be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9 (Rev.10-201 8) 00 41 00 DAP BID FORM Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM – DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form – DAP.docx Form Revised April 2, 2014 SECTION 00 41 00 DAP BID FORM TO: Eagle Mountain-Saginaw ISD FOR: Water, Sanitary Sewer, Paving, Storm Drain and Street Light Improvements for EMS ISD High School #4 City Project No.: CPN 103535 Units/Sections: UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHT IMPROVEMENTS ALTERNATE A: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM – DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form – DAP.docx Form Revised April 2, 2014 b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a.Auger Boring 24” Diameter Casing b.Water Distribution, Development c.Sewer Collection System, Development d. e. f. Concrete Paving Construction Asphalt Paving Construction Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within _416_ working days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Bid Bond Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c. Proposal Form, Section 00 42 43 d. Prequalification Statement, Section 00 45 12 e. Any additional documents that may be required by Section 12 of the Instructions to Bidders f. Bidder pre-qualification application (optional) g. Forms listed in Special Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read aloud $8,743,757.00 004100 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 of3 6.2.It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. 7.Bid Submittal This Bid is submitted on January 18.2022 by the entity named below Respectfully submitted,-‘/ By:‘/‘1 (Signture) Troy L.Jackson (Printed Name) Title:President Company:Jackson Construction.Ltd. Address:5112 Sun Valley Drive fort Worth,Texas 76119 State of Incorporation:TX Email:office@jacksontx.net Phone:817-572-3303 END OF SECTION Receipt is acknowledged of the following Addenda:Initial Addendum No.1 Addendum_No._2 Addendum_No._3 Addendum_No._4 CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM —DEVELOPER AWARDED PROJECTS Form Revised April 2,2014 004100 Bid Form —DAP.docx 00 42 43 DAP - BID PROPOSAL Page 1 of 5 I-1 0241.1106 16" Pressure Plug 02 41 14 EA 2 $2,000.00 $4,000.00 I-2 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 $750.00 $1,500.00 I-3 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $16,500.00 $16,500.00 I-4 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 327 $85.00 $27,795.00 I-5 3292.0400 Seeding, Hydromulch 32 92 13 SY 5470 $1.60 $8,752.00 I-6 3305.0109 Trench Safety 33 05 10 LF 8640 $0.10 $864.00 I-7 3305.0111 Valve Box Adjustment 33 05 14 EA 1 $250.00 $250.00 I-8 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 11 $18,400.00 $202,400.00 I-9 3311.0061 4" PVC Water Pipe 33 11 12 LF 4 $200.00 $800.00 I-10 3311.0161 6" PVC Water Pipe 33 11 12 LF 165 $160.00 $26,400.00 I-11 3311.0461 12" PVC Water Pipe 33 11 12 LF 98 $190.00 $18,620.00 I-12 3311.0551 16" DIP Water 33 11 10 LF 114 $220.00 $25,080.00 I-13 3311.0557 16" DIP Water, CLSM Backfill 33 11 12 LF 211 $600.00 $126,600.00 I-14 3311.0561 16" PVC C905 Water Pipe 33 11 12 LF 8048 $210.00 $1,690,080.00 I-15 3312.0001 Fire Hydrant 33 12 40 EA 2 $6,100.00 $12,200.00 I-16 3312.0002 Water Sampling Station 33 12 50 EA 1 $3,500.00 $3,500.00 I-17 3312.2203 2" Water Service 33 12 10 EA 1 $4,500.00 $4,500.00 I-18 3312.2803 6" Water Meter and Vault 33 12 11 EA 2 $32,000.00 $64,000.00 I-19 3312.3002 6" Gate Valve 33 12 20 EA 4 $1,350.00 $5,400.00 I-20 3312.3005 12" Gate Valve 33 12 20 EA 3 $3,200.00 $9,600.00 I-21 3312.3006 16" Gate Valve w/ Vault 33 12 20 EA 8 $23,000.00 $184,000.00 I-22 3312.6002 6" Blow Off Valve 33 12 60 EA 4 $19,500.00 $78,000.00 I-23 3312.4114 16" x 12" Tapping Sleeve & Valve 33 12 25 EA 1 $13,500.00 $13,500.00 I-24 3471.0001 Traffic Control 34 71 13 MO 1 $5,000.00 $5,000.00 I-25 9999.0001 2" Air Release Valve 00 00 00 EA 4 $14,000.00 $56,000.00 I-26 9999.0002a Automated Flushing System 00 00 00 EA 1 $3,600.00 $3,600.00 I-27 9999.0002b Water Vault Adjustment, Major 00 00 00 EA 3 $3,800.00 $11,400.00 A1 0241.1118 4"-12" Pressure Plug 02 41 14 EA 2 $750.00 $1,500.00 A2 3311.0451 12" DIP Water 33 11 10 LF 114 $200.00 $22,800.00 A3 3311.0457 12" DIP Water, CLSM Backfill 33 11 12 LF 211 $580.00 $122,380.00 A4 3311.0461 12" PVC Water Pipe 33 11 12 LF 8048 $192.00 $1,545,216.00 A5 3312.3005 12" Gate Valve 33 12 20 EA 8 $3,200.00 $25,600.00 TOTAL UNIT I: WATER IMPROVEMENTS $2,600,341.00 TOTAL: ALTERNATE A $158,080.00 Alternate A SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit Price UNIT I: WATER IMPROVEMENTS Unit of Measure Bid ValueBidlist Item No. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 2 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit PriceUnit of Measure Bid ValueBidlist Item No. II-1 3292.0400 Seeding, Hydromulch 32 92 13 SY 6180 $1.60 $9,888.00 II-2 3301.0002 Post-CCTV Inspection 33 01 31 LF 5025 $8.00 $40,200.00 II-3 3301.0101 Manhole Vacuum Testing 33 01 30 EA 17 $300.00 $5,100.00 II-4 3305.0109 Trench Safety 33 05 10 LF 5025 $0.25 $1,256.25 II-5 3305.0112 Concrete Collar 33 05 17 EA 16 $575.00 $9,200.00 II-6 3305.0113 Trench Water Stops 33 05 15 EA 6 $2,200.00 $13,200.00 II-7 3331.4201 10" Sewer Pipe 33 11 10 LF 4905 $198.00 $971,190.00 II-8 3331.4202 10" Sewer Pipe, CSS Backfill 33 11 10 LF 120 $360.00 $43,200.00 II-9 3339.0001 Epoxy Manhole Liner 33 39 60 VF 118 $400.00 $47,200.00 II-10 3339.1001 4' Manhole 33 39 10 EA 16 $7,500.00 $120,000.00 II-11 3339.1103 5' Extra Depth Manhole 33 39 10 VF 118 $175.00 $20,650.00 II-12 9999.0003 Connect to Existing Sewer Manhole 00 00 00 EA 1 $6,500.00 $6,500.00 II-13 9999.0004 4' Manhole with Interior Corrosion Protection 00 00 00 EA 1 $19,000.00 $19,000.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS $1,306,584.25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 3 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit PriceUnit of Measure Bid ValueBidlist Item No. III-1 0241.3013 Remove 18" Storm Line 02 41 14 LF 48 $48.00 $2,304.00 III-2 0241.3018 Remove 33" Storm Line 02 41 14 LF 78 $50.00 $3,900.00 III-3 0241.3021 Remove 42" Storm Line 02 41 14 LF 200 $52.00 $10,400.00 III-4 0241.3103 21" Storm Abandonment Plug 02 41 14 EA 5 $105.00 $525.00 III-5 0241.3112 48" Storm Abandonment Plug 02 41 14 EA 1 $265.00 $265.00 III-6 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 950 $17.00 $16,150.00 III-7 3137.0101 Concrete Riprap 31 37 00 SY 125 $125.00 $15,625.00 III-8 3137.0104 Medium Stone Riprap, dry 31 37 00 SY 825 $98.00 $80,850.00 III-9 3305.0109 Trench Safety 33 05 10 LF 2766 $0.25 $691.50 III-10 3341.0103 18" RCP, Class III 33 41 10 LF 92 $120.00 $11,040.00 III-11 3341.0201 21" RCP, Class III 33 41 10 LF 470 $121.00 $56,870.00 III-12 3341.0205 24" RCP, Class III 33 41 10 LF 770 $122.00 $93,940.00 III-13 3341.0302 30" RCP, Class III 33 41 10 LF 222 $168.00 $37,296.00 III-14 3341.0309 36" RCP, Class III 33 41 10 LF 428 $186.00 $79,608.00 III-15 3341.0402 42" RCP, Class III 33 41 10 LF 30 $250.00 $7,500.00 III-16 3341.0409 48" RCP, Class III 33 41 10 LF 310 $275.00 $85,250.00 III-17 3341.1002 3x3 Box Culvert 33 41 10 LF 252 $300.00 $75,600.00 III-18 3341.1102 4x3 Box Culvert 33 41 10 LF 224 $395.00 $88,480.00 III-19 3341.1304 6x5 Box Culvert 33 41 10 LF 60 $650.00 $39,000.00 III-20 3341.2002 10x5 Box Culvert 33 41 10 LF 100 $1,080.00 $108,000.00 III-21 3349.0001 4' Storm Junction Box 33 49 10 EA 4 $6,500.00 $26,000.00 III-22 3349.0002 5' Storm Junction Box 33 49 10 EA 2 $7,800.00 $15,600.00 III-23 3349.0003 6' Storm Junction Box 33 49 10 EA 1 $10,500.00 $10,500.00 III-24 3349.0102 4' Manhole Riser 33 49 10 EA 2 $2,000.00 $4,000.00 III-25 3349.1009 42" Flared Headwall, 1 pipe 33 49 40 EA 1 $9,500.00 $9,500.00 III-26 3349.4103 18" SET, 1 pipe 34 49 40 EA 4 $1,350.00 $5,400.00 III-27 3349.6001 10' Recessed Inlet 33 49 20 EA 4 $5,600.00 $22,400.00 III-28 3349.6002 15' Recessed Inlet 33 49 20 EA 2 $8,300.00 $16,600.00 III-29 3349.6003 20' Recessed Inlet 33 49 20 EA 2 $9,500.00 $19,000.00 III-30 3349.7001 4' Drop Inlet 33 49 20 EA 1 $6,900.00 $6,900.00 III-31 9999.0005 Remove 12" Storm Line 00 00 00 LF 97 $30.00 $2,910.00 III-32 9999.0006 Junction Structure #1 with Manhole 00 00 00 EA 1 $50,000.00 $50,000.00 III-33 9999.0007 Junction Structure #2 with Manhole 00 00 00 EA 1 $40,000.00 $40,000.00 III-34 9999.0008 Flared Headwall, 10'x5' Box Culvert 00 00 00 EA 2 $14,750.00 $29,500.00 III-35 9999.0009 Parallel Headwall, 10'x5' Box Culvert 00 00 00 EA 1 $62,000.00 $62,000.00 III-36 9999.0010 Flared Headwall, 2-4'x3' Box Culvert 00 00 00 EA 1 $14,000.00 $14,000.00 III-37 9999.0011 Pedestrian Rail 00 00 00 LF 112 $95.00 $10,640.00 UNIT III: DRAINAGE IMPROVEMENTS TOTAL UNIT III: DRAINAGE IMPROVEMENTS $1,158,244.50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS 00 42 43 DAP - BID PROPOSAL Page 4 of 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information UNIT PRICE BID Specification Section No. Bidder's Proposal Description Bid Quantity Unit PriceUnit of Measure Bid ValueBidlist Item No. IV-1 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 13545 $4.50 $60,952.50 IV-2 3110.0101 Site Clearing 31 10 00 LS 1 $595,000.00 $595,000.00 IV-3 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 20145 $17.00 $342,465.00 IV-4 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $16,500.00 $16,500.00 IV-5 3211.0400 Hydrated Lime 31 11 29 TN 746 $210.00 $156,660.00 IV-6 3211.0504 12" Lime Treatment 32 11 29 SY 20710 $8.00 $165,680.00 IV-7 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 2155 $14.00 $30,170.00 IV-8 3212.0507 10" Asphalt Base Type B 32 12 16 SY 2155 $53.00 $114,215.00 IV-9 3213.0106 11" Conc Pvmt 32 13 13 SY 17290 $64.00 $1,106,560.00 IV-10 3213.0301 4" Conc Sidewalk 32 13 20 SF 45865 $5.60 $256,844.00 IV-11 3213.0402 7" Concrete Driveway 32 13 20 SF 14490 $12.50 $181,125.00 IV-12 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 1 $3,600.00 $3,600.00 IV-13 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 14 $2,600.00 $36,400.00 IV-14 3217.0001 4" SLD Pvmt Marking HAS (W)32 17 23 LF 5655 $1.25 $7,068.75 IV-15 3217.0002 4" SLD Pvmt Marking HAS (Y)32 17 23 LF 13020 $1.25 $16,275.00 IV-16 3217.0201 8" SLD Pvmt Marking HAS (W)32 17 23 LF 290 $2.50 $725.00 IV-17 3217.0202 8" SLD Pvmt Marking HAS (Y)32 17 23 LF 440 $2.50 $1,100.00 IV-18 3217.0501 24" SLD Pvmt Marking HAE (W)32 17 23 LF 22 $16.00 $352.00 IV-19 3217.1002 Lane Legend Arrow 32 17 23 EA 3 $250.00 $750.00 IV-19 3217.1004 Lane Legend Only 32 17 23 EA 1 $300.00 $300.00 IV-20 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 20 $5.00 $100.00 IV-21 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 260 $5.00 $1,300.00 IV-22 3291.0100 Topsoil 32 91 19 CY 1610 $46.00 $74,060.00 IV-23 3292.0100 Block Sod Placement 32 92 13 SY 9650 $5.50 $53,075.00 IV-24 3292.0400 Seeding, Hydromulch 32 92 13 SY 19400 $1.60 $31,040.00 IV-25 3441.1231 Furnish/Install Radar Advance Detection Device 34 41 10 EA 2 $5,500.00 $11,000.00 IV-26 3441.1831 School Zone Flasher Assembly (Solar)34 41 10 EA 2 $17,000.00 $34,000.00 IV-27 3441.4003 Furnish/Install Alum Sign Ground Mount City Std.34 41 30 EA 9 $450.00 $4,050.00 IV-28 3471.0001 Traffic Control 34 71 13 MO 1 $5,000.00 $5,000.00 IV-29 9999.0012 Permanent End of Road Barricade 00 00 00 LF 25 $30.00 $750.00 IV-30 9999.0013 Gravel Driveway 00 00 00 SF 755 $4.00 $3,020.00 UNIT IV: PAVING IMPROVEMENTS $3,310,137.25TOTAL UNIT IV: PAVING IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAPS .,. 004243 DAP -BID PROPOSAL Page 5 of 5 SECTION 00 42 43 Developer Awarded Projects -PROPOSAL FORM UNIT PRICE BID Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of I~~d Unit Price Bid Value No.Section No.Measure uantity UNIT V:STREET LIGHTING IMPROVEMENTS V-I 2605.3015 2"CONDT PVC SCH 80 (T)2605 33 LF 5300 $17.50 $92,750.00 V-2 3441.l502 Ground Box Type B,w/Apron 3441 10 EA 19 _~_$1,200.00 $22,800.00 EA------V-3 3441.1772 Furnish/Install 240-480 Volt Single Phase 3441 20 2 $7,600.00 $15,200.00 3441.3003 RdwyIllum AssmblyTY 18,18A,19,and 0-40 $3,300.00' ~-.,. V-4 3441 20 EA 28 $92,400.00 V-5 3441.3201 LED Ligthing Fixture 3441 20 EA 28 $650.00 $18,200.00W·~·~·M···~·~_~~~W __·__~__~."~_··_~·_:_.~,_~*'~"~~~_ V-6 3441.3302 Rdwy IIlum Foundation TY 3,5,6,and 8 3441 20 EA 28 .~~_$l_aZQQ;g.Q $47,600.00. V-7 9999.0014 #2 XHHW Conductor 3441 20 LF 15900 $5.00 $79,500.00 TOTAL UNIT V STREET LIGHTING IMPROVEMENTS $368,450.00 Base BId Summarv UNIT 1:WATER IMPROVEMENTS $2,600,341.00 UNIT II:SANITARY SEWER IMPROVEMENTS $1,306,584.25 UNIT III DRAINAGE IMPROVEMENTS $1,158,244.50 UNIT IV PAVING IMPROVEMENTS $3,310,137.25 UNIT V STREET LIGHTING IMPROVEMENTS $368,450.00 UNIT'II TRAFFIC SIGNAL IMPROVEMENTS Total Base Bid $8,743,757.00 This BId IS submitted by the entity named below: BIDDER:Jackson Construction,Ltd. 5112 Sun Valley Drive Fort Worth,Texas 76119 By:Larry H.Jackson TITLE~JtgAeA~ DATE January 18,2022 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. 416 working days after the date when the END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AW ARDED PROJECTS Form Version May 22,20 I 9 0042 43_Bid Proposal_DAPS 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 SECTION 00 45 11 1 BIDDERS PREQUALIFICATIONS 2 3 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or4 have applied for prequalification by the City for the work types requiring prequalification 5 prior to submitting bids . To be considered for award of contract the Bidder must submit 6 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 7 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 8 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 9 the requirements below. The information must be submitted seven (7) days prior to the 10 date of the opening of bids . Subcontractors must follow the same timelines as contractors 11 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 12 the time bids are opened and reviewed may cause the bid to be rejected. 13 14 15 The prequalification process will establish a bid limit based on a technical evaluation and 16 financial analysis of the contractor. For example, a contractor wishing to submit bids on 17 projects to be opened on the 7th of April must file the information by the 31st day of March 18 in o rder to eligible to work on these projects. In order to facilitate the approval of a Bidder’s 19 Prequalification Application , the following must accompany the submission. 20 a.A complete set of audited or reviewed financial statements.21 (1)Classified Balance Sheet22 (2)Income Statement23 (3)Statement of Cash Flows24 (4)Statement of Retained Earnings25 (5)Notes to the Financial Statements , if any26 b.A certified copy of the firm’s organizational documents (Corporate Charter, Articles27 of Incorporation, Articles of Organization, Certificate of Formation, LLC28 Regulations, and Certificate of Limited Partnership Agreement).29 c.A completed Bidder Prequalification Application .30 (1)The firm’s Texas Taxpayer Identification Number as issued by the Texas31 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification32 number visit the Texas Comptroller of Public Accounts online at the33 following web address www.window.state.tx.us/taxpermit/ and fill out the34 application to apply for your Texas tax ID.35 (2)The firm’s e-mail address and fax number.36 (3)The firm’s DUNS number as issued by Dun & Bradstreet. This number37 is used by the City for required reporting on Federal Aid projects. The DUNS38 number may be obtained at www.dnb.com .39 d.Resumes reflecting the construction experience of the principles of the firm for firms40 submitting their initial prequalification. These resumes should include the size and41 scope of the work performed.42 e.Other information as requested by the City.43 44 2. Pr equalification Requirements45 a.Financial Statements. Financial statement submission must be provided in46 accordance with the following:47 (1)The City requires that the original Financial Statement or a certified copy48 be submitted for consideration.49 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 (2)To be satisfac tory, the financial statements must be audited or reviewed1 by an independent, certified public accounting firm registered and in2 good standing in any state. Current Texas statues also require that3 accounting firms performing audits or reviews on business entities with in4 the State of Texas be properly licensed or registered with the Texas State5 Board of Public Accountancy.6 (3)The accounting firm should state in the audit report or review whether7 the contractor is an individual, corporation, or limited liability company.8 (4)Financial Statements must be presented in U.S. dollars at the current rate9 of exchange of the Balance Sheet date.10 (5)The City will not recognize any certified public accountant as11 independent who is not, in fact, independent.12 (6)The accountant’s opinion on the financial statements of the contracting13 company should state that the audit or review has been conducted in14 accordance with auditing standards generally accepted in the United15 States of America. This must be stated in the accounting firm’s opinion.16 It should: (1) express an unqualified opinion, or (2) express a qualified17 opinion on the statements taken as a whole.18 (7)The City reserves the right to require a new statement at any time.19 (8)The financial statement must be prepared as of the last day of any month,20 not more than one year old and must be on file with the City 16 months21 thereafter, in accordance with Paragraph 1.22 (9)The City will determine a contractor’s bidding capacity for the purposes23 of awarding contracts. Bidding capacity is determined by multiplying the24 positive net working capital (working capital = current assets – current25 liabilities) by a factor of 10. Only those statements reflecting a positive26 net working capital position will be considered satisfactory for 27 prequalification purposes.28 (10) In the case that a bidding date falls within the time a new financial29 statement is being prepared, the previous statement shall be updated with30 proper verification.31 b.Bidder Preq ualification Application. A Bidder Prequalification Application must be32 submitted along with audited or reviewed financial statements by firms wishing to be33 eligible to bid on all classes of construction and maintenance projects. Incomplete34 Applications will be rejected.35 (1)In those schedules where there is nothing to report, the notation of36 “None” or “N/A” should be inserted.37 (2) A minimum of five (5) references of related work must be provided.38 (3) Submission of an equipment schedule which indicates equipment under39 the control of the Contractor and which is related to the type of work for40 which the Contactor is seeking prequalification . The schedule must41 include the manufacturer, model and general common description of42 each piece of equipment. Abbreviations or means of describing43 equipment other than provided above will not be accepted.44 45 3. Eligibility for Award of Contract46 a.The City shall be the sole judge as to a contractor ’s prequalification .47 b.The City may reject, suspend, or modify any prequalification for failure by the48 c ontractor to demonstrate acceptable financial ability or performance.49 c.The City will issue a letter as to the status of the prequalification approval.50 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 d.If a contractor has a valid prequalification letter, the contractor will be eligible to 1 perform the prequalified work types until the expiration date stated in the letter. 2 3 4 5 6 7 END OF SECTION 8 9 I I I I I I I I I I I I I I I I I SECTION 00 45 12 00 45 12 OAP PREQUALIFICATION STATEMENT Page I of I DAP -PREQUALIFICA TION ST A TEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Augur Boring -24-inch diameter casing and less Water Distribution, Development, 12-inch diameter and smaller Sewer Coll ection System, Development, 12-inches and smaller Concrete Paving Construction/ Reconstruction (Less than 15,000 square yards) Asphalt Paving Construction/ Reconstruction (Less than 15,000 square yards) Roadway and Pedestrian Lighting Contractor/Subcontractor Company Name Jackson Construction, Ltd Jackson Construction, Ltd Jackson Construction, Ltd. 1,t-�nc)\ch A:5'\\" l { tA.f\C\ eol\6{,-11\. c:..\ ;ol\ Mt-\s cltJ.-r: C, '-·'t. Prequalification Expiration Date 04/30/2023 04/30/2023 02/01/2023 11.. / 31 / zo2z. 5' / I 1 / to1-� The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, Texas 76119 TITLE: President DA TE: January 18, 2022 END OF SECTION CllY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT-DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 45 12_Prequalification Statement 2D15_DAP Jackson Construction, Ltd 04/30/2023 SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Co mpany Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below . A separate submittal is required for water/sewer, paving, and lighting: Work Category – Water Dept - Water/sewer Work Category – TPW Paving Work Category – T PW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov Alicia.Garcia@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept. 8851 Camp Bowie West Blvd. Fort Worth, Texas 76116 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application” Name under which you wish to qualify 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling – 36-Inches – 60 –inches, and 350 LF or less Tunneling - 36-Inches – 60 –inches, and greater than 350 LF Tunneling – 66” and greater, 350 LF and greater Tunneling – 66” and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches – 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer I nterceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and s maller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 1.List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2.How many years has your organization been in business as a general contractor under your present name? List previous business names: 3.How many years of experience in construction work has your organization had: (a)As a General Contr actor:(b) As a Sub-Contractor: 4.*What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY-COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 8.In what other lines of business are you financially interested? 9.Have you ever performed any work for the City? If so, when and to whom do you refer? 10.Stat e names and detailed addresses of all producers fr om whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11.Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12.What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13.If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares thesame household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited lia bility partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 14. Equipment $_______________ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 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 Various- TOTAL 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 13, 2021 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as w ell as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. _______________________________________________, being duly sworn, deposes and says that he/she is the __________________________________ of ___________________________, the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. 004526-1 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER’S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker’s compensation insurance coverage for all of its employees employed on City 5 Project No.CPN 103535.Contractor further certifies that,pursuant to Texas Labor Code,Section 6 406.096(b),as amended,it will provide to City its subcontractor’s certificates of compliance with 7 worker’s compensation coverage. 8 9 CONTRACTOR: 10 11 12 13 14 15 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 3$ CITY Of FORT WORTH Water,Sanitary Sewer,Paving,Drainage &Street Light Improvements for EMS ISD HS #4STANDARDCONSTRUCTIONSPECIFICATIONDOCUMENTSCPN103535 Revised April 2,2014 Jackson Construction,LTD Company ‘Jcle1 f’i. Address Troy 1.Jackson fl(1Qt)’t 1$City/State/Zip By: (Please Print) 7 Title:Presjdnt (Please Print) THE STATE OF TEXAS § COUNTY Of TARRANT § BEFORE ME th undrsi ned authority on this day personally appeared I roy .Ja SOfl ,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 Ptesdeflt for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this,204,. __________dayof ot Public in and for the State of Texas 39 END OF SECTION 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN103535 Revised June 16, 2016 SECTION 00 52 43 1 AGREEMENT 2 THIS AGREEMENT, authorized on February 8, 2022 is made by and between the 3 Developer, Eagle Mountain-Saginaw Independent School District, authorized to do business in 4 Texas (“Developer”), and Jackson Construction, Ltd.__, authorized to do business in Texas, 5 acting by and through its duly authorized representative, (“Contractor”). 6 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 7 follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for Eagle Mountain-15 Saginaw ISD High School #4 16 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 416 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 1 0 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer Five Hundred Dollars ($500.00) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. 37 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN103535 Revised June 16, 2016 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Eight Million, Seven Hundred Forty Three Thousand, 40 Seven Hundred Fifty Seven & Zero Cents_Dollars ($ 8,743,757.00 ). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker’s Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project’s Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 75 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN103535 Revised June 16, 2016 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused, in whole or in part, 94 by any act, omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. 116 I I I I I I I I I I I I I 117 118 119 120 121 122 123 124 125 126 127 7 .6 Authority to Sign. 00 52 43 -4 Developer Awarded Project Agreement Page 4 of 4 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Jackson Construction, Ltd. Troy L. Jackson (Printed Name) Title: President Company Name: Address: 5112 Sun Valley Drive City/State/Zip: Fort Worth, TX 76119 Date Developer: Eagle Mountain-Saginaw ISD By: Clete Welch (Printed Name) Title: Chief Operations Officer Company name: Eagle Mountain-Saginaw ISD Address: 1200 N. Old Decatur Rd. City/State/Zip: Fort Worth, TX 76179 Date CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS !SD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS CPN/03535 Revised June 16, 2016 3/8/2022 3/8/2022 67058282 I 21-22 C-L/Auto/WC/SiOrnil Umb/Equip Candice Hawley 3/4/2022 l2:4035 PM (COT) I Page 2 of 14 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED —AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the follcMling: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II —WHO IS AN INSURED: Any person or organization that: a.You agree in a written contract or agreement to include as an additional insured on this Coverage Part;and b.Has not been added as an additional insured for the same project by attachment of an endorse ment under this Coverage Part which includes such person or organization in the endorsement’s schedule; is an insured,but: a.Only with respect to liability for “bodily injury”or “property damage”that occurs,or for “personal injurV’caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect;and b.Only as described in Paragraph (1),(2)or (3)be low,whichever applies: (1)lithe written contract or agreement specifical ly requires you to provide additional insured coverage to that person or organization by the use of: (a)The Additional Insured —Owners,Les sees or Contractors —(Form B)endorse mentCG2O 1011 85;or (b)Either or both of the follaing:the Addi tional Insured —Owners,Lessees or Con tractors —Scheduled Person Or Organi zation endorsement CG 20 10 10 01,or the Additional Insured —Owners,Lessees or Contractors —Completed Operations endorsementCG 20371001; the person or organization is an additional in sured only if the injury or damage arises out of “your work”to which the written contract or agreement applies; (2)lithe written contract or agreement specifical ly requires you to provide additional insured coverage to that person or organization by the use of: (a)The Additional Insured —Owners,Les sees or Contractors —Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13,the Additional Insured —Owners,Lessees or Contrac tots —Completed Operations endorse ment CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates;or (b)Either or both of the following:the Addi tional Insured —Owners,Lessees or Con tractors —Scheduled Person Or Organi zation endorsement CG 20 10,or the Ad ditional Insured —Owners,Lessees or Contractors —Completed Operations en dorsement CG 20 37,without an edition date of such endorsement specified; the person or organization is an additional in sured only if the injury or damage is caused, in whole or in part,by acts or omissions of you or your subcontractor in the performance of “your work”to which the written contract or agreement applies;or (3)If neither Paragraph (1)nor (2)above applies: (a)The person or organization is an addi tional insured only if,and to the extent that,the injury or damage is caused by acts or omissions of you or your subcon tractor in the performance of “your work” to which the written contract or agree ment applies;and (b)Such person or organization does not qualify as an additional insured with re spect to the independent acts or omis sions of such person or organization. The insurance provided to such additional insured is subject to the following provisions: a.If the Limits of Insurance of this Coverage Part shown in the Dedarations exceed the minimum limits requited by the written contract or agree ment,the insurance provided to the additional in sured will be limited to such minimum required limits.For the purposes of determining whether I 6705 82 82 CG D6 04 02 19 ©2017 The Travelers Indemnity Company.All rights reserwd.Page 1 of 2 I 21-22 GL/AutC/WC/SlOrnil Urnb/EqCip Candice Hawley 2/4/2022 124035 P1 CST Page 3 ot 14 COMMERCIAL GENERAL LIABILITY this limitation applies,the minimum limits requited by the written contract or agreement will be con sidered to include the minimum limits of any Um brella or Excess liability coverage requited for the additional insured by that written contract or agreement.This provision will not increase the limits ci insurance described in Section III —Limits Of Insurance. b.The insurance provided to such additional insured does not apply to: (1)Any “bodily injur/’,“property damage”or “personal injury”arising out of the providing, or failure to provide,any professional archi tectural,engineering or surveying services, including: (a)The preparing,approving,or failing to prepare or approve,maps,shop draw ings,opinions,reports,surveys,field or ders or change orders,or the preparing, approving,or failing to prepare or ap prove,drawings and specifications;and (b)Supervisory,inspection,architectural or engineering activities. (2)Any “bodily injur,”or “property damage” caused by “your work’and included in the “products-completed operations hazard”un less the written contract or agreement specifi cally requires you to provide such coverage for that additional insured during the policy period. C.The additional insured must comply with the fol lowing duties: (1)Give us written notice as soon as practicable of an “occurrence”or an offense which may result in a claim.To the extent possible,such notice should include: (a)How,when and where the “occurrence” or offense took place; (b)The names and addresses of any injured persons and witnesses;and (c)The nature and location of any injury or damage arising out of the “occurrence”or offense. (2)If a claim is made or “suit”is brought against the additional insured: (a)Immediately record the specifics of the claim or “suit”and the date received;and (b)Notify us as soon as practicable and see to it that we receive written notice of the claim or “suit”as soon as practicable. (3)Immediately send us copies of all legal pa pers received in connection with the claim or “suit”,cooperate with us in the investigation or settlement of the claim or defense against the “suit”,and otherwise comply with all policy conditions. (4)Tender the defense and indemnity of any claim or “suit”to any provider of other insur ance which would cover such additional in sured for a loss we cover.However,this con dition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covets that person or organiza tion as a named insured as described in Par agraph 4.,Other Insurance,of Section IV — Commercial General Liability Conditions. Page 2 of 2 ©2017 The Travelers Indemnity Company.All rights reserd.CG D6 04 02 19 i7O5S22 21-22 c-L/Auto/WC/SlOw.il Urrb/Equip Candice Hawley 3/4/2022 :24035 PM (CST Page 4 of 14 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the folIcing: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage.However,coverage for anyinjury,damage or medical expenses described in any of the proAsions of this endorsement may be exduded orlimitedbyanotherendorsementtothisCoveragePart,and these coverage broadening provisions do not apply totheextentthatcoverageisexcludedorlimitedbysuchanendorsement.The following listing is a generalcoveragedescriptiononly.Read all the provisions of this endorsement and the rest of your policy carefully todeterminerights,duties,and what is and is not covered. Who IsAn Insured—Unnamed Subsidiaries Blanket Additional Insured —Governmental Entities —Permits Or Authonzations Relating To Operations PROViSIONSA.WHO IS AN INSURED —UNNAMED SUBSIDIARIES The following is added to SECTION Il —WHO IS AN INSURED: Any of your subsidiaries,other than a partnership, joint venture or limited liability company,that is not shown as a Named Insured in the Declarations is a Named Insured if: a.You are the sole owner of,or maintain an ownership interest of more than 50%in,such subsidiary on the first day of the policy period; and b.Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for “bodily injury’ or “property damage”that occurred,or “personal and advertising injury”caused by an offense committed: a.Before you maintained an ownership interest of more than 50%in such subsidiary;or b.After the date,if any,during the policy period that you no longer maintain an ownership interest of more than 50%in such subsidiary. For purposes of Paragraph 1.of Section II —Who Is An Insured,each such subsidiary will be deemed to be designated in the Declarations as: Incidental Medical Malpractice Blanket Waiver Of Subrogation Contractual Liability —Railroads Damage To Premises Rented To You a.An organization other than a partnership,joint venture or limited liability company;or b.Atrust; as indicated in its name or the documents that govern its structure. B.BLANKET ADDITIONAL INSURED — GOVERNMENTAL ENTITIES —PERMITS OR AUTHORATIONS RELATING TO OPERATIONS The following is added to SECTION II —WHO IS AN INSURED: Any governmental entity that has issued a permit or authorization with respect to operations performed by you or on your behalf and that you are required by any ordinance,law,building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured,but only with respect to liability for “bodily injury”,“property damage”or “personal and advertising injury”arising out of such operations. The insurance provided to such governmental entity does not apply to: a.Any ‘bodily injury’,“property damage”or “personal and advertising injury”arising out of operations performed for the governmental entity;or b.Any “bodily injurV’or “property damage” included in the “products-completed operations hazard”. CG D3 16 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 3 A. B. C. D. E. F. 67058252 21-22 GL/AutO/WC/$10m11 Un-b/Equip I Candice Hawey 3/4/2022 12,4035 PM (COT)Page 5 of 14 COMMERCIAL GENERAL LIABILITY C.INCIDENTAL MEDICAL MALPRACTICE 1.The following replaces Paragraph b.of the definWon of “occurrence”in the DEFINITIONS Section: b.An act or omission committed in providing or failing to provide “incidental medical services”,first aid or ‘Good Samaritan services”to a person,unless you are in the business or ocxupation of providing professional health care services. 2.The following replaces the last paragraph of Paragraph 2.a.(f)of SECTION H —WHO IS AN INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs f1)fa),(b),(c)and (d)above do not apply to “bodily injury”arising out of providing or failing to provide: (a)“lnddental medical services”by any of your “employees”who is a nurse,nurse assistant,emergency medical techniäan or paramedic;or (b)First aid or “Good Samaritan services”by any of your “employees”or “volunteer workers”,other than an employed or volunteer doctor.Any such “employees” or “volunteer workers”providing or failing to provide first aid or “Good Samaritan services”during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3.The following replaces the last sentence of Paragraph 5.of SECTION III —LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit,all related acts or omissions committed in providing or failing to provide “incidental medical services”,first aid or “Good Samaritan services”to any one person will be deemed to be one “occurrence”. 4.The following exdusion is added to Paragraph 2.,Exclusions,of SECTION I — COVERAGES -COVERAGE A —BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals “Bodily injury”or “property damage”arising out of the violation of a penal statute or ordinance relating to the sale of pharmaceuticals committed by,or with the knowledge or consent of,the insured. 5.The following is added to the DEFINITIONS Section: “Incidental medical services”means: a.Medical,surgical,dental,laboratory,x-ray or nursing service or treatment,advice or instruction,or the related furnishing of food or beverages;or b.The furnishing or dispensing of drugs or medical,dental,or surgical supplies or appliances. 6.The following is added to Paragraph 4.b., Excess Insurance,of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any valid and collectible other insurance,whether primary, excess,contingent or on any other basis,that is available to any of your “employees”for “bodily injury”that arises out of providing or failing to provide “incidental medical services” to any person to the extent not subject to Paragraph 2.a.(l)of Section II —Who Is An Insured. D.BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8.,Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV —COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a contract or agreement to waive that insured’s right of recovery against any person or organization,we waive our right of recovery against such person or organization,but only for payments we make because of: a.“Bodily injury”or “property damage’that occurs;or b.“Personal and advertising injury”caused by an offense that is committed; subsequent to the execution of the contract or agreement. E.CONTRACTUAL LIABILITY —RAILROADS 1.The following replaces Paragraph C.of the definition of “insured contract”in the DEFINITIONS Section: c.Any easement or license agreement; Page 2 of 3 ©2017 The Travelers Indemnity Company.All rights reserved. Includes copyrighted material of Insurance Services Office,Inc.with its permison. CG D3 1602 19 0582e2 21-22 GL/Auto/WC/$lomil 13mb/Equip Candice Hawley I 3/4/2022 124035 PM (CST)j Page 6 of 14 COMMERCIAL GENERAL LIABILITY 2.Paragraph f.(1)of the definition of “insured a.Any premises while tented to you orcontract”in the DEFINITIONS Section is temporarily oxupied by you with permison deleted.of the ownet;or F.DAMAGE TO PREMISES RENTED TO YOU b.The contents of any premises while such The following replaces the definition of ‘premises premises is rented to you,if you rent such damage”in the DEFINITIONS Section:premises for a period of sen or fewer consecutive days.Premises damage”means “property damage”to: CG D3 160219 ©2017 The Travelers Indemnity Company.All rights reserd.Page 3 of 3IncludescopyrightedmaterialofInsuranceServicesOffice,Inc.,with its permission. 7058282 I 21-22 GL/Auto/WC/$lOmil Umb/Equip I Candice flawley 3/4/2022 1240:35 PM (COT)Paqe 7 of 14 IRA VELER WORKERS COMPENSATION ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD CT 06183 ENDORSEMENTWC42O3O4(B)—001 POLICY NUMBER:UB—3R693578—20—26—G TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies onlytothe insurance provided bythe policy because Texas is shown in Item 3.A.of the Information Page. We have the right to recover our payments from anyone liable for an injury covered bythis policy.We will not enforce our right against the person or organization named in the Schedule,but this waiverapplies onlywith respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectlyto benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Specific Waiver []Blanket Waiver Any person or organization for whom the Named Insured has agreed bywritten contract to furnish this waiver. 2.Operations: ALL TEXAS OPERATIONS 3.Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described.. 4.Advance Premium:S SEE SCHEDULE This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No.Endorsement No. Insured Premium DATE OF ISSUE:10-16-20 ST ASSIGN:Page;of 1 ©Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved. 67058282 I 21-22 GL/AutO/WC/$lOmil Umb/Equip Candice Hawley I 3/4/2022 1240:35 PM (COT)Page 8 of 14 POLICY NUMBER:810-8N321824-19-26-G COMMERCIAL AUTO ISSUE DATE:10-08-19 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATIONINONRENEWAL PROVIDED BY US -TEXAS This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE PROVISIONS: A.For any statutorily permitted reason other than nonpayment of premium,the number of days required for notice of cancellation,as provided in the CONDITIONS Section of this insurance,or as amended by any applicable state cancellation endorsement applicable to this insurance,is in creased to the number of days shown in the SCHEDULE above. B.For any statutorily permitted reason other than nonpayment of premium,the number of days required for notice of When We Do Not Renew (Nonrenewal),as provided in the CONDITIONS Section of this insurance,or as amended by any applicable state When We Do Not Renew (Non renewal)endorsement applicable to this insur ance,is increased to the number of days shown in the SCHEDULE above. CANCELLATION: WHEN WE DO NOT RENEW (Nonrenewal): Number of Days Notice:60 Number of Days Notice:60 CA FO 85 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Includes copyrighted material of Insurance Services Office,Inc.with its permission. Page 1 of 1 67058282 21.22 c-L/Auto/UC/$lOrnil Urb/Eq’aip Candice Hawley 3/4/2022 i240:35 PM (COT)Page 9 of 14 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage.However,coverage for any injury,damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part,and these coverage broadening provisions do not apply totheextentthatcoverageisexcludedorlimitedbysuchanendorsement.The following listing is a general coveragedescriptiononly.Limitations and exclusions may apply to these coverages.Read all the provisions of this endorsementandtherestofyourpolicycarefullytodeterminerights,duties,and what is and is not covered. PROVISIONS A.BROAD FORM NAMED INSURED The following is added to Paragraph A.1.,Who Is An Insured,of SECTION II —COVERED AUTOS LIABIUTY COVERAGE: Any organization you newly acquire or form dur ing the policy period over which you maintain 50%or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un til the 180th day after you acquire or form the or ganization or the end of the policy period,which ever is earlier. B.BLANKET ADDITIONAL INSURED The following is added to Paragraph c.in A.J., Who Is An Insured,of SECTION II —COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization,that is signed and executed by you before the “bodily injury”or “property damage”occurs and that is in effect during the policy period,to be named as an addi tional insured is an ‘insured”for Covered Autos Liability Coverage,but only for damages to which H.HIRED AUTO PHYSICAL DAMAGE -LOSS OF USE —INCREASED LIMIT I.PHYSICAL DAMAGE - EXPENSES —INCREASED PERSONAL PROPERTY AIRBAGS NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M.BLANKET WAIVER OF SUBROGATION N.UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an “insured” under the Who Is An Insured provision contained in Section II. C.EMPLOYEE HIRED AUTO 1.The following is added to Paragraph A.1., Who Is An Insured,of SECTION II —COV ERED AUTOS LIABILITY COVERAGE: An “employee”of yours is 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 busi ness. 2.The following replaces Paragraph b.in 8.5., Other Insurance,of SECTION IV —BUSI NESS AUTO CONDITIONS: b.For Hired Auto Physical Damage Cover age,the following are deemed to be cov ered “autos”you own: (1)Any covered “auto’you lease,hire, rent or borrow;and (2)Any covered “auto”hired or rented by your “employee”under a contract in an “employee’s”name,with your CA T3 53 02 15 Page 1 of 4 A.BROAD FORM NAMED INSURED B.BLANKET ADDITIONAL INSURED C.EMPLOYEE HIRED AUTO D.EMPLOYEES AS INSURED E.SUPPLEMENTARY PAYMENTS —INCREASED LIMITS F.HIRED AUTO -LIMITED WORLDWIDE COV ERAGE -INDEMNITY BASIS G.WAIVER OF DEDUCTIBLE -GLASS J. K. L. TRANSPORTATION LIMIT ©2015 The Travelers Indemnity Company.All rights reserved. Includes copyrighted material of Insurance Services Office,Inc.with its permission. 67058282 21-22 GL/Auto/WC/$lOmil Umb/Equip Candice flawey I 3/4/2022 124035 PM (COT)Page 10 of 11 COMMERCIAL AUTO permission,while performing duties related to the conduct of your busi ness. However,any “auto”that is leased,hired, rented or borrowed with a driver is not a covered “auto”. D.EMPLOYEES AS INSURED The following is added to Paragraph A.1.,Who Is An Insured,of SECTION II—COVERED AUTOS LIABILITY COVERAGE: Any “employee”of yours is an “insured’while us ing a covered “auto’you don’t own,hire or borrow in your business or your personal affairs. E.SUPPLEMENTARY PAYMENTS —INCREASED LIMITS 1.The following replaces Paragraph A.2.a.(2), of SECTION II -COVERED AUTOS LIABIL ITY COVERAGE: (2)Up to $3,000 for cost of bail bonds (in cluding bonds for related traffic law viola tions)required because of an “accident” we cover.We do not have to furnish these bonds. 2.The following replaces Paragraph A.2.a.(4), of SECTION II —COVERED AUTOS LIABIL ITY COVERAGE: (4)All reasonable expenses incurred by the “insured”at our request,including actual loss of earnings up to $500 a day be cause of time off from work. F.HIRED AUTO -LIMITED WORLDWIDE COV ERAGE -INDEMNITY BASIS The following replaces Subparagraph (5)in Para graph B.7.,Policy Period,Coverage Territory, of SECTION IV —BUSINESS AUTO CONDI TIONS: (5)Anywhere in the world,except any country or jurisdiction while any trade sanction,em bargo,or similar regulation imposed by the United States of America applies to and pro hibits the transaction of business with or within such country or jurisdiction,for Cov ered Autos Liability Coverage for any covered “auto’that you lease,hire,rent or borrow without a driver for a period of 30 days or less and that is not an “auto”you lease,hire,rent or borrow from any of your ‘employees”, partners (if you are a partnership),members (if you are a limited liability company)or members of their households. (a)With respect to any claim made or ‘suit” brought outside the United States of America,the territories and possessions of the United States of America,Puerto Rico and Canada: (i)You must arrange to defend the “in sured”against,and investigate or set tle any such claim or “suit”and keep us advised of all proceedings and ac tions. (ii)Neither you nor any other involved “insured”will make any settlement without our consent. (iii)We may,at our discretion,participate in defending the “insured’against,or in the settlement of,any claim or “suit”. (iv)We will reimburse the “insured”for sums that the “insured”legally must pay as damages because of “bodily injury’or “property damage”to which this insurance applies,that the “in sured”pays with our consent,but only up to the limit described in Para graph C.,Limits Of Insurance,of SECTION II -COVERED AUTOS LIABILITY COVERAGE. (v)We will reimburse the “insured”for the reasonable expenses incurred with our consent for your investiga tion of such claims and your defense of the “insured”against any such “suit”,but only up to and included within the limit described in Para graph C.,Limits Of Insurance,of SECTION II -COVERED AUTOS LIABILITY COVERAGE,and not in addition to such limit.Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b)This insurance is excess over any valid and collectible other insurance available to the insured’whether primary,excess, contingent or on any other basis. (c)This insurance is not a substitute for re quited or compulsory insurance in any country outside the United States,its ter ritories and possessions,Puerto Rico and Canada. Page 2 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. Includes copyrighted material of Insurance Services Office,Inc.with its permission. CA 13530215 058282 21-22 GL/Auto/WC/$lOmil Umb/Equip I Candice Hawley 3/4/2022 124035 PM (COT) I Page 11 of 14 COMMERCIAL AUTO You agree to maintain all required or compulsory insurance in any such coun try up to the minimum limits required by local law.Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy,but we will only be liable to the same extent we would have been liable had you complied with the compulsory in surance requirements. (d)It is understood that we are not an admit ted or authorized insurer outside the United States of America,its territories and possessions,Puerto Rico and Can ada.We assume no responsibility for the furnishing of certificates of insurance,or for compliance in any way with the laws of other countries relating to insurance. G.WAIVER OF DEDUCTIBLE -GLASS The following is added to Paragraph D.,Deducti ble,of SECTION III —PHYSICAL DAMAGE COVERAGE: No deductible for a covered “auto”will apply to glass damage if the glass is repaired rather than replaced. H.HIRED AUTO PHYSICAL DAMAGE —LOSS OF USE —INCREASED LIMIT The following replaces the last sentence of Para graph A.4.b.,Loss Of Use Expenses,of SEC TION III -PHYSICAL DAMAGE COVERAGE: However,the most we will pay for any expenses for loss of use is $65 per day,to a maximum of $750 for any one “accident”. I.PHYSICAL DAMAGE -TRANSPORTATION EXPENSES —INCREASED LIMIT The following replaces the first sentence in Para graph A.4.a.,Transportation Expenses,of SECTION III -PHYSICAL DAMAGE COVER AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in curred by you because of the total theft of a cov ered “auto”of the private passenger type. J.PERSONAL PROPERTY The following is added to Paragraph A.4.,Cover age Extensions,of SECTION III —PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for “loss”to wearing ap parel and other personal property which is: (1)Owned by an ‘insured”;and (2)In or on your covered “auto”. This coverage applies only in the event of a total theft of your covered “auto”. No deductibles apply to this Personal Property coverage. K.AIRBAGS The following is added to Paragraph B.3.,Exclu sions,of SECTION III —PHYSICAL DAMAGE COVERAGE: Exclusion 3.a.does not apply to “loss”to one or mote airbags in a covered “auto”you own that in flate due to a cause other than a cause of “loss” set forth in Paragraphs A.7.b.and A.1.c.,but only: a.If that “auto”is a covered “auto”for Compre hensive Coverage under this policy; b.The airbags are not covered under any war ranty;and c.The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one “loss”. L.NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a.,of SECTION IV -BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa tive prompt notice of the “accident”or “loss”ap plies only when the “accident”or “loss”is known to: (a)You (if you are an individual); (b)A partner (if you are a partnership); (c)A member (if you are a limited liability com pany); (d)An executive officer,director or insurance manager (if you are a corporation or other or ganization);or (e)Any “employee”authorized by you to give no tice of the “accident”or “loss”. M.BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5.,Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV —BUSINESS AUTO CONDI TIONS: 5.Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex tent required of you by a written contract signed and executed prior to any “accident” or “loss”,provided that the “accident”or “loss” arises out of operations contemplated by CAT353 0275 ©2015 The Travelers Indemnity Company.All rights reserved. Includes copyrighted material of Insurance Services Office,Inc.with its permission. Page 3 of 4 67D58282 I 21-22 GL/Auto/WC/$lQnil Urnb/Equip I Candice Hawley 3/4/2022 l240:3S PM (COT)Page 12 of 14 COMMERCIAL AUTO such contract.The waiver applies only to the person or organization designated in such contract. N.UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2.,Con cealment,Misrepresentation,Or Fraud,of SECTION IV —BUSINESS AUTO CONDITIONS: The unintentional omission of,or unintentional error in,any information given by you shall not prejudice your rights under this insurance.How ever this provision does not affect our right to col lect additional premium or exercise our right of cancellation or non-renewal. ©2015 The Travelers Indemnity Compa fly.All rights reserved Includes copyrighted material of Insurance Services Office,inc.with its permission. 67058282 I 21-22 GL/Auto/WC/$lOmhl Umb/Equip I Candice aawley I 3/4/2022 1240:35 PM (COT) I Page 13 of 14 Page 4 of 4 CA T3 53 02 15 POLICY NUMBER:810-8N321824-19-26-G ISSUE DATE:10-08-19 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION:Number of Days Notice of Cancellation:30 PERSON OR ORGANIZATION:ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONI’RACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN,BUT ONLY IF: 1.YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE,INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION,AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY;AND 2.WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZ ATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. I PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium,and a number of days is shown for cancellation in the I schedule above,we will mail notice of cancellation to the person or organization shown in the schedule above.We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. Page 1 of 1ILT4050311©2011 The Travelers Indemnity Company.All rights reserved. 67058282 I 21-22 C-L/Auto/WC/$lOmil Umb/Equip I Candice Hawley 3/4/2022 124O,35 PM COT) I Paqe 14 of 14 006213-I PERFORMANCE BOND Page 1 of2 1 SECTION 00 62 13 Bond #1086200 2 PERFORMANCE BOND 3 4 TIlE STATE OF TEXAS § §KNOW ALL BY THESE PRESENTS: 6 COUNTY Of TARRANT § 7 That we,Jackson Construction.Ltd.,known as “Principal”herein and $The Hanover Insurance Company ,a corporate surety(sureties,if more than 9 one)duly authorized to do business in the State of Texas,known as “Surety”herein (whether one 10 or more),are held and firmly bound unto the Developer,Crowley ISD,authorized to do business 11 in Texas (“Developer”)and the City of Fort Worth,a Texas municipal corporation (“City”),in 12 the penal sum of Eight Miljion,Seven Hundred Forty Three Thousand,Seven Hundred 13 Fifty Seven &Zero Cents Dollars ($8,743,757.00),lawful money of the United States,to be 14 paid in Fort Worth,Tarrant County,Texas for the payment of which sum well and truly to be 15 made jointly unto the Developer and the City as dual obligees,we bind ourselves,our heirs, 16 executors,administrators,successors and assigns,jointly and severally,firmly by these presents. 17 WHEREAS,Developer and City have entered into an Agreement for the construction of 1$community facilities in the City of Fort Worth by and through a Community Facilities 19 Agreement,CFA Number 21-0123;and 20 WHEREAS,the Principal has entered into a certain written contract with the Developer awarded 21 the 8th day of February ,2Q,which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor 23 and other accessories defined by law,in the prosecution of the Work,including any Change 24 Orders,as provided for in said Contract designated as Water,Sanitary Sewer,Paving,Storm 25 Drain &Street Light Improvements for EMS ISD HS #4. 26 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work,including Change Orders,under the Contract,according to the plans, 29 specifications,and contract documents therein referred to,and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City,then this 31 obligation shall be and become null and void,otherwise to remain in full force and effect. CtTY OF FORT WORTH Water,Sanitary Sewer.Paving,Drainage &Street Light Improvements for EMS ISD HS #4 STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS CPN103535 Revised January 31,2012 0062 13-2 PERFORMA}JCE BOND Page 2 of 2 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 2 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 3 Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code,as amended,and all liabilities on this bond shall be determined in accordance with the provisions of said statue. 7 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED $this instrument by duty authorized agents and officers on this the 8th day of_______ March 2QE. 28 29 30 31 32 33 34 35 36 (Principal)Secre Wtoprincipaia’ Witness as to Surety M rowley CITY Of FORT WORTH Water,Sanitaty Sewer,Paving,Drainage &Street Light Improvements for EMS ISD HS #4 STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS CPN103535 Revised January 31,2012 4 5 6 PRiNCIPAL:10 ii 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Jackson Construction,Ltd. SigRhtre Troy L Jackson,President Name and Title Address:5112 Sun Valley Drive Fort Worth,TX 76119 SURETY: The Hanover Insurance Company BY:Si “%“EE Jack MCrowley,Attorney in Fact Name and Title 37 38 39 40 41 42 43 44 45 46 47 Address:500 N Akard Street,#4300 Daflas,TX 75201 Telephone Number:972385-9800 *Note:If signed by an officer of the Surety Company,there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation.If Surety’s physical address is different from its mailing address,both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 006214-1 PAYMENT BOND Page 1 of 2 SECTION 00 62 14 Bond #1086200 2 PAYMENT BOND 3 4 THE STATE OF TEXAS 5 §KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,Jackson Construction Ltd ,known as “Principal”herein,and S The Hanover fnsurance Company ,a corporate surety (or 9 sureties if more than one),duly authorized to do business in the State of Texas,known as 10 “Surety”herein (whether one or more),are held and firmly bound unto the Developer,Crowley 11 ISD authorized to do business in Texas “(Developer”),and the City of Fort Worth,a Texas 12 municipal corporation (“City”),in the penal sum of Eight Million,Seven Hundred Forty 13 Three Thousand,Seven Hundred Fifty Seven &Zero Cents Dollars ($8,743,757.00),lawful 14 money of the United States,to be paid in Fort Worth,Tarrant County,Texas,for the payment of 15 which sum well and truly be made jointly unto the Developer and the City as duat obligees,we 16 bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, 17 firmly by these presents: 1$WHEREAS,Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of fort Worth,by and through a Community facilities 20 Agreement,CFANumber2l-0123;and 21 WHEREAS,Principal has entered into a certain written Contract with Developer, 22 awarded the 8th day of February 20 22_-,which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all 24 materials,equipment,labor and other accessories as defmed by law,in the prosecution of the 25 Work as provided for in said Contract and designated as Water,Sanitary Sewer,Paving,Storm 26 Drain &Street Light Improvements for ElvfS I$D HS #4. 27 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all)payment bond beneficiaiy (as defined in 29 Chapter 2253 of the Texas Government Code,as amended)in the prosecution of the Work under 30 the Contract,then this obligation shall be and become null and void;otherwise to remain in full 31 force and effect. CITY Of FORT WORTH Water,Sarntarj Sewer,Paving,Drainage &Street Light Improvements for EMS ISD HS #4 STANDARD crr CONDITIONS -DEVELOPER AWARDED PROJECTS CPWO3535 Revised Januaiy 31,2012 0062 14-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 8th day of 6 March ,20 22 7 PRINCIPAL:Jackson Construction,Ltd. ATfEST: __________________ Signa e 7’ (LL/f (///1,f_—%.Troy L Jackson,President (Principal)Secretary Name and Title Address: __________________________ JAA,&LL M_c ________________ 1 ess as to Principal SURETY: The Hanover Insurance Company AflE$T:BY: ___________________ Signa e f’t._,.Jack M Crowley,Attorney in Fact (Surety)Secretaiy Name and Title Address:500 N Akard Street,#4300(Dallas,TX 75201 Witness as to Surety AMK Crowley Telephone Number:972-385-9800 8 9 Note:If signed by an officer of the Surety,there must be on file a certified extract from the 10 bylaws showing that this person has authority to sign such obligation.If Surety’s physical 11 address is different from its mailing address,both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY Of FORT WORTH Water,Sanitary Sewer,Paving,Drainage &Street Light Improvements for EMS ISD HS #4 STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS CPN]03535 Revised January 31,2012 006219-1 MAINTENANCE BOND Page 1 of3 SECTION 00 62 19 2 MAINTENANCE BOND Bond #1086200 3 4 THE STATE Of TEXAS § 5 §KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Jackson Construction,Ltd.,known as ‘Principal”herein and $The Hanover Insurance Company -,a corporate surety (sureties,if more than 9 one)duly authorized to do business in the State of Texas,known as “Surety”herein (whether one 10 or more),are held and firmly bound unto the Developer,Crowley ISD,authorized to do business 11 in Texas (“Developer”)and the City of fort Worth,a Texas municipal corporation (“City”),in 12 the sum of Ei&it Million,Seven Hundred Forty Three Thousand,Seven Hundred Fifty 13 Seven &Zero Cents Dollars ($8,743,757.00),lawftit money of the United States,to be paid in 14 fort Worth,Tarrant County,Texas,for payment of which sum well and truly be made jointly 15 unto the Developer and the City as dual obligees and their successors,we bind ourselves,our 16 heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these 17 presents. 18 19 WHEREAS,Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement,CFA Number 21-0123;and 22 WHEREAS,the Principal has entered into a certain written contract with the Developer 23 awarded the 8th day of February =2O,which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 25 materials,equipment labor and other accessories as defined by law,in the prosecution of the 26 Work,including any Work resulting from a duly authorized Change Order (collectively herein, 27 the “Work”)as provided for in said Contract and designated as Water,Sanuwy Sewer,Paving, 22 Storm Drain &Street Light Improvements for EMS I$D HS #4;and 29 30 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans,specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2)years 33 after the date of Final Acceptance of the Work by the City (“Maintenance Period”);and 34 CITY Of FORT WORTH Water,Sanitaiy Sewer,Paving,Drainage &Street Light Improvements for EMS ISD ES #4 STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS CPN1O3535 Revised January 31,2012 0062 19-2 MAINTENANCE BOND Page 2 of 3 WEIEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE,the condition of this obligation is such that if Principal shall 6 remedy any defective Work,for which timely notice was provided by Developer or City,to a 7 completion satisfactory to the City,then this obligation shall become null and void;otherwise to $remain in full force and effect. 9 10 PROVIDED,HOWEVER,if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work,it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond;and 14 15 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 16 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 17 Worth Division;and 1$ 19 PROVIDED FURTHER,that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Water,Sanitary Sewer,Paving,Drainage &Street Light Improvements for EMS ISO HS #4 STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS CPN103535 Revised January 31,2012 0062 19-3 MAINTENANCE BOND Page 3 of3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duty authorized agents and officers on this the 8th day of__March 3 4 5 6 7 8 9 10 20 22 11 ATTEST:aM M 14 (Principal)Secretary 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 PRiNCIPAL: Jackson Construction,Ltd. Troy L Jackson,President Name and Title Address:5112 Sun Valley Drive Fort Worth,TX 76119%,fr1tcCJUc Wi ess a o Prmcipal ATTEST:7 cle_1j5 (Sure )Secretary Witness as to Surety MK Cr ‘ley SURETY: The Hanover Insurance Company BY:Si2/V Jack M Crowley,Attorney in Fact Name and Title29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 Address:500 N Akard Street,#4300 Dallas,TX 75201 Telephone Number:972-385-9800 *Note:If signed by an officer of the Surety Company,there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation.If Surety’s physical address is different ftom its mailing address,both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water,Sanitaty Sewer,Paving,Drainage &Street Light Improvements for EMS ISD HS #4 STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS CPN103535 Revised January 31,2012 il-lb HANUVbJ-(I\JUKANUb 1.U1V11-’Mn41 MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: ThatTHE HANOVER INSURANCE COMPANYanU MASSACHUSETTS BAYINSURANCECOMPANY,both being corporations organizedand existing underthe laws of the State of New Hampshire,and CITIZENS INSURANCE COMPANY OF AMERICA,a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the “Company”)does hereby constitute and appoint, Steven R.Foster,Jack M.Crowley,Laurie Pflug ,and Teuta Luri Of Willis Towers Watson Insurance Services West,Inc of Dallas,TX each individually,if there be more than one named,as its true and lawful attorney(s)-in fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place wIthin the United States,any and all surety bonds, recognizances,undertakings,or other surety obligations.The execution of such surety bonds,recognizances,undertakings orsuretyobligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company,in their own proper persons. Provided however,that this power of attorney limits the acts of those named herein;and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States,not to exceed Thirty Five Million and NoIlOO ($35,000,000)in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company,and said Resolutions remain in full force and effect: RESOLVED:That the President or any Vice President,in conjunction with any Vice President,be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety,any and all bonds, recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,wIth power to attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be binding upon the Companyas if they had bean duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respectthereto,granted and executed by the President or Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile.(Adopted October 7,1961 —The Hanover Insurance Company;Adopted April 14,1982 —Massachusetts Bay Insurance Company;Adopted September 7,2001 —Citizens Insurance Company of America and affirmed by each Company on March 24,2014) IN WITN ESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANYand CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 1 day of January,2020. THE HAt’OVE INSU E COMPANY THE HANOVER INSURANCE COMPANY MHUSUS SURANcE COMPANY MASSACHUSSAY5URANCE COMPANY I J a H.Kawiacki,Vice President “4’ THE COMMONWEALTH OF MASSACHUSETTS COUNTY OF WORCESTER On this 10th day of January,2020 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Companyand Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and thatthe said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Coroorstions. ARLEEN V.S1MONS / I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing isa full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this of 4 t %2 .. 1 T)9 Ji j”TT IHB iavE INSURANCE COSPANYiiriii,‘Ji 1 HA ACHUSEUS BAY INSURANCE COMPANY IZ NSINSURA CCCQMPANYOPAISERICA4-cerrirlcA.aIigh,Ice-cIdent I )ss. I HinoverInsuranceGroup a The Hanover Insurance Company I 440 Lincoln Street Worcostat,MA 01653 OUzens Insurance Company of America 645 West Grand Rivet Avenue,Howell,Ml 48843 Texas Complaint Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call The Hanover Insurance Company/Citizens C Insurance Company of America’s toll-free telephone number for information or to make a complaint at: I -800-608-8141 You may also write to The Hanover Insurance Company/ Citizens Insurance Company of America at: 440 Lincoln Street Worcester,MA 01615 You may contact the Texas Department of.Insurance to obtain information on companies,coverages,rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.0.Box 149104 Austin,TX 78714-9104 Fax: (512)475-1771 Web:http://wwwtdi.texas.gov E-mail:ConsumerProtection@tdi.state.bc.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the com pany first.If the dispute is not resolved,you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY:This notice is for information only and does not become a part or con dition of the attached document. 181-1e57 (5/12) AVISO IMPORTANTE Para obtener inlormacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America’s para informacion o para someter una queja aI: 1-800-608-8141 Usted tambien puede escribir a The Hanover Insurance Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester,MA 01615 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas,derechos o quejas aI: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.0.Box 149104 Austin,TX 78714-9104 Fax:(512)475-1771 Web:http://www.tdLtexas.gov E-mail:ConsumerProtection @tdi.state.&us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un rec lamo,debe comunicarse con el agente o Ia compania primero.Si no se resuelve Ia disputa,puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA:Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by CONSTRUCTION SPECIFICATIONS INSTITUTE EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor (EJCDC C-520 or C-525, 2007 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the Narrative Guide to the EJCDC Construction Documents (EJCDC C-001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (EJCDC C-800, 2007 Edition). Copyright © 2007 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314-2794 (703) 684-2882 www.nspe.org American Council of Engineering Companies 1015 15th Street N.W., Washington, DC 20005 (202) 347-7474 www.acec.org American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191-4400 (800) 548-2723 www.asce.org Associated General Contractors of America 2300 Wilson Boulevard, Suite 400, Arlington, VA 22201-3308 (703) 548-3118 www.agc.org The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page i STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology........................................................................................................... 1 1.1 Defined Terms ......................................................................................................................... 1 1.2 Terminology .................................................................................................................................. 5 Article 2 – Preliminary Matters ......................................................................................................................... 6 2.1 Delivery of Bonds and Evidence of Insurance ............................................................................. 6 2.2 Copies of Documents .................................................................................................................... 6 2.3 Commencement of Contract Times; Notice to Proceed ............................................................... 6 2.4 Starting the Work .......................................................................................................................... 7 2.5 Before Starting Construction ............................................................................................................ 7 2.6 Preconstruction Conference; Designation of Authorized Representatives ...................................... 7 2.7 Initial Acceptance of Schedules. ................................................................................................... 7 Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................. 8 3.1 Intent .............................................................................................................................................. 8 3.2 Reference Standards .......................................................................................................................... 8 3.3 Reporting and Resolving Discrepancies ....................................................................................... 8 3.4 Amending and Supplementing Contract Documents ....................................................................... 9 3.5 Reuse of Documents ................................................................................................................... 10 3.6 Electronic Data ............................................................................................................................ 10 Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points .................................................................................................... 10 4.1 Availability of Lands ................................................................................................................... 10 4.2 Subsurface and Physical Conditions ........................................................................................... 11 4.3 Differing Subsurface or Physical Conditions ............................................................................. 11 4.4 Underground Facilities ................................................................................................................ 13 4.5 Reference Points .......................................................................................................................... 14 4.6 Hazardous Environmental Condition at Site .............................................................................. 14 Article 5 – Bonds and Insurance ...................................................................................................................... 16 5.1 Performance, Payment, and Other Bonds ....................................................................................... 16 5.2 Licensed Sureties and Insurers ....................................................................................................... 16 5.3 Certificates of Insurance ................................................................................................................. 16 5.4 Contractor’s Insurance ................................................................................................................ 17 5.5 Owner’s Liability Insurance ........................................................................................................ 18 5.6 Property Insurance .......................................................................................................................... 18 5.7 Waiver of Rights ......................................................................................................................... 20 5.8 Receipt and Application of Insurance Proceeds ......................................................................... 21 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page ii 5.9 Acceptance of Bonds and Insurance; Option to Replace ............................................................... 21 5.10 Partial Utilization, Acknowledgment of Property Insurer .......................................................... 21 Article 6 – Contractor’s Responsibilities ......................................................................................................... 22 6.1 Supervision and Superintendence ................................................................................................... 22 6.2 Labor; Working Hours .................................................................................................................... 22 6.3 Services, Materials, and Equipment ............................................................................................... 22 6.4 Progress Schedule ........................................................................................................................... 23 6.5 Substitutes and “Or-Equals” ........................................................................................................... 23 6.6 Concerning Subcontractors, Suppliers, and Others. ................................................................... 25 6.7 Patent Fees and Royalties ............................................................................................................... 27 6.8 Permits ......................................................................................................................................... 27 6.9 Laws and Regulations ..................................................................................................................... 27 6.10 Taxes............................................................................................................................................ 28 6.11 Use of Site and Other Areas ........................................................................................................... 28 6.12 Record Documents .......................................................................................................................... 29 6.13 Safety and Protection ...................................................................................................................... 29 6.14 Safety Representative ...................................................................................................................... 30 6.15 Hazard Communication Programs ............................................................................................. 30 6.16 Emergencies ................................................................................................................................ 30 6.17 Shop Drawings and Samples .......................................................................................................... 30 6.18 Continuing the Work ................................................................................................................... 32 6.19 Contractor’s General Warranty and Guarantee .............................................................................. 32 6.20 Indemnification ........................................................................................................................... 33 6.21 Delegation of Professional Design Services ................................................................................... 34 Article 7 – Other Work at the Site ................................................................................................................... 35 7.1 Related Work at Site ................................................................................................................... 35 7.2 Coordination ................................................................................................................................ 35 7.3 Legal Relationships ..................................................................................................................... 36 Article 8 – Owner’s Responsibilities ............................................................................................................... 36 8.1 Communications to Contractor ................................................................................................... 36 8.2 Replacement of Engineer ............................................................................................................ 36 8.3 Furnish Data ................................................................................................................................ 36 8.4 Pay When Due ............................................................................................................................. 36 8.5 Lands and Easements; Reports and Tests ................................................................................... 36 8.6 Insurance ..................................................................................................................................... 36 8.7 Change Orders ............................................................................................................................. 36 8.8 Inspections, Tests, and Approvals............................................................................................... 37 8.9 Limitations on Owner’s Responsibilities .................................................................................... 37 8.10 Undisclosed Hazardous Environmental Condition ..................................................................... 37 8.11 Evidence of Financial Arrangements .......................................................................................... 37 8.12 Compliance with Safety Program ............................................................................................... 37 Article 9 – Engineer’s Status During Construction ......................................................................................... 37 9.01 Owner’s Representative .............................................................................................................. 37 9.02 Visits to Site ................................................................................................................................ 37 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iii 9.3 Project Representative ................................................................................................................. 38 9.4 Authorized Variations in Work ................................................................................................... 38 9.5 Rejecting Defective Work .............................................................................................................. 38 9.6 Shop Drawings, Change Orders and Payments .......................................................................... 38 9.7 Determinations for Unit Price Work ........................................................................................... 39 9.8 Decisions on Requirements of Contract Documents and Acceptability of Work ...................... 39 9.9 Limitations on Engineer’s Authority and Responsibilities ......................................................... 39 9.10 Compliance with Safety Program ............................................................................................... 40 Article 10 – Changes in the Work; Claims ................................................................................................. 40 10.1 Authorized Changes in the Work ................................................................................................ 40 10.2 Unauthorized Changes in the Work ............................................................................................ 40 10.3 Execution of Change Orders ....................................................................................................... 41 10.4 Notification to Surety .................................................................................................................... 41 10.5 Claims .................................................................................................................................... 41 Article 11 – Cost of the Work; Allowances; Unit Price Work ........................................................................ 42 11.1 Cost of the Work ......................................................................................................................... 42 11.2 Allowances .................................................................................................................................. 45 11.3 Unit Price Work .......................................................................................................................... 45 Article 12 – Change of Contract Price; Change of Contract Times ................................................................ 46 12.1 Change of Contract Price ............................................................................................................ 46 12.2 Change of Contract Times .......................................................................................................... 47 12.3 Delays .......................................................................................................................................... 47 Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ....................... 48 13.1 Notice of Defects .......................................................................................................................... 48 13.2 Access to Work ............................................................................................................................. 48 13.3 Tests and Inspections .................................................................................................................... 48 13.4 Uncovering Work ......................................................................................................................... 49 13.5 Owner May Stop the Work ......................................................................................................... 50 13.6 Correction or Removal of Defective Work .................................................................................. 50 13.7 Correction Period .......................................................................................................................... 50 13.8 Acceptance of Defective Work ..................................................................................................... 51 13.9 Owner May Correct Defective Work ........................................................................................... 51 Article 14 – Payments to Contractor and Completion..................................................................................... 52 14.1 Schedule of Values. ..................................................................................................................... 52 14.2 Progress Payments ...................................................................................................................... 52 14.3 Contractor’s Warranty of Title ..................................................................................................... 55 14.4 Substantial Completion ............................................................................................................... 55 14.5 Partial Utilization .......................................................................................................................... 56 14.6 Final Inspection ............................................................................................................................. 56 14.7 Final Payment .............................................................................................................................. 57 14.8 Final Completion Delayed .......................................................................................................... 58 14.9 Waiver of Claims ................................................................................................................... 58 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iv Article 15 – Suspension of Work and Termination ......................................................................................... 58 15.1 Owner May Suspend Work ......................................................................................................... 58 15.2 Owner May Terminate for Cause ............................................................................................... 58 15.3 Owner May Terminate For Convenience ................................................................................... 60 15.4 Contractor May Stop Work or Terminate ................................................................................... 60 Article 16 – Dispute Resolution ....................................................................................................................... 61 16.01 Methods and Procedures ............................................................................................................. 61 Article 17 – Miscellaneous .............................................................................................................................. 61 17.1 Giving Notice ................................................................................................................................ 61 17.2 Computation of Times .................................................................................................................. 61 17.3 Cumulative Remedies ................................................................................................................... 62 17.4 Survival of Obligations ................................................................................................................. 62 17.5 Controlling Law .......................................................................................................................... 62 17.6 Headings........................................................................................................................................ 62 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 1 of 62 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.1 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 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. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment—The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. 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. 5. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder—The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements—The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order—A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim—A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11.Contract—The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 2 of 62 12.Contract Documents—Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price—The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Engineer’s written recommendation of final payment. 15. Contractor—The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work—See Paragraph 11.01 for definition. 17. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer—The individual or entity named as such in the Agreement. 20. Field Order—A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements—Sections of Division 1 of the Specifications. 22. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 23. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24. Laws and Regulations; Laws or Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 26.Milestone—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 62 27. Notice of Award—The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed—A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner—The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs—Polychlorinated biphenyls. 31. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 32. Progress Schedule—A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times. 33. Project—The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Resident Project Representative—The authorized representative of Engineer who may be assigned to the Site or any part thereof. 37. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 39. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor’s Applications for Payment. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 4 of 62 40. Shop Drawings—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. 41.Site—Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 42.Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. 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. 44. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms “substantially complete” and “substantially completed” as applied to all or part of the Work refer to Substantial Completion thereof. 45. Successful Bidder—The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 49. Unit Price Work—Work to be paid for on the basis of unit prices. 50.Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 51. Work Change Directive—A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer ordering an EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 5 of 62 addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.2 Terminology A. The words and terms discussed in Paragraph 1.02.B through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as directed” or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word “day” means a calendar day of 24 hours measured from midnight to the next midnight. D.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 Engineer’s recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). E.Furnish, Install, Perform, Provide: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 6 of 62 1.The word “furnish,” when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2.The word “install,” when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3.The words “perform” or “provide,” when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4.When “furnish,” “install,” “perform,” or “provide” is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, “provide” is implied. F. 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. ARTICLE 2 – PRELIMINARY MATTERS 2.1 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.2 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.3 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 7 of 62 2.4 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.5 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1.a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and 3.a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.6 Preconstruction Conference; Designation of Authorized Representatives A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. 2.7 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 8 of 62 the Work, nor interfere with or relieve Contractor from Contractor’s full responsibility therefor. 2. Contractor’s Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor’s Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.1 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.2 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 of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, Engineer, or any of their 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. 3.3 Reporting and Resolving Discrepancies A. Reporting Discrepancies: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 9 of 62 1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.4 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 either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: 1.A Field Order; 2.Engineer’s approval of a Shop Drawing or Sample (subject to the provisions of Paragraph 6.17.D.3); or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 62 3. Engineer’s written interpretation or clarification. 3.5 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.6 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data’s creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60-day acceptance period will be corrected by the transferring party. C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data’s creator. ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.1 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 11 of 62 Contract Price or Contract Times, or both, as a result of any delay in Owner’s furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner’s interest therein as necessary for giving notice of or filing a mechanic’s or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Except for such reliance on such “technical data,” Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information. 4.3 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 12 of 62 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Engineer’s Review: After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner’s obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer’s findings and conclusions. C. Possible Price and Times Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor’s cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor’s making such final commitment; or c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, neither Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 13 of 62 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. 4.4 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 14 of 62 or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.5 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer’s judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.6 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Except for such reliance on such “technical data,” Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1.the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2.other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3.any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 62 Paragraph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 4.06.E. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner’s own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 62 I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 – BONDS AND INSURANCE 5.1 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. 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 certified copy of that individual’s authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attorney-in-fact signed each bond. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.B, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. 5.2 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.3 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 17 of 62 B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. C. Failure of Owner to demand such certificates or other evidence of Contractor's full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance from the evidence provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E.The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor’s liability under the indemnities granted to Owner in the Contract Documents. 5.4 Contractor’s Insurance A. Contractor shall purchase and maintain such insurance 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. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor’s employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 18 of 62 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include contractual liability insurance covering Contractor’s indemnity obligations under Paragraphs 6.11 and 6.20; 4. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 5. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 6. include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. 5.5 Owner’s Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner’s option, may purchase and maintain at Owner’s expense Owner’s own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.6 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 19 of 62 1.include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee; 2.be written on a Builder’s Risk “all-risk” policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage (other than that caused by flood), and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3.include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4.cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner; 6. include testing and startup; and 7.be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other loss payee to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such equipment breakdown insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other loss payee to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 20 of 62 insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser’s own expense. E.If Contractor requests in writing that other special insurance be included in the property insurance policies provided under this Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.7 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for: 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner’s property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 21 of 62 against Contractor, Subcontractors, or Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them. 5.8 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner’s exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. 5.9 Acceptance of Bonds and Insurance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party’s interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 62 ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES 6.1 Supervision and Superintendence 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 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 6.2 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and 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 on a Saturday, Sunday, or any legal holiday without Owner’s written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. 6.3 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, 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 Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 23 of 62 6.4 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1.Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2.Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.5 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 or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1.“Or-Equal” Items: If in Engineer’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 Engineer as an “or-equal” item, in which case review and approval of the proposed item may, in Engineer’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 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer 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. b. Contractor certifies that, if approved and incorporated into the Work: 1)there will be no increase in cost to the Owner or increase in Contract Times; and 2)it will conform substantially to the detailed requirements of the item named in the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 24 of 62 2. Substitute Items: a.If in Engineer’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. b.Contractor shall submit sufficient information as provided below to allow Engineer 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 Engineer from anyone other than Contractor. c.The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. d.Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1)shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified, and c) be suited to the same use as that specified; 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of Substantial Completion on time, b)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 Owner for other work on the Project) to adapt the design to the proposed substitute item, and c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified, and b) available engineering, sales, maintenance, repair, and replacement services; and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 25 of 62 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 claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer’s Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No “or equal” or substitute will be ordered, installed or utilized until Engineer’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an approved Shop Drawing for an “or equal.” Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor’s expense a special performance guarantee or other surety with respect to any substitute. E.Engineer’s Cost Reimbursement: Engineer will record Engineer’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F.Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. 6.6 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner’s acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 62 in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 27 of 62 other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer 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 Owner or Engineer and any such Subcontractor, Supplier or other individual or entity; nor 2.shall create any obligation on the part of Owner or Engineer 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. D. 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. E.Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. F.The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. 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 the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as a loss payee on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 28 of 62 6.7 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.8 Permits A. Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. 6.9 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, neither Owner nor Engineer shall 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 29 of 62 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 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 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 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.Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3.To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor’s performance of the Work. 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. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 62 shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. 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. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, 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 Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. 6.13 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 Owner’s safety programs, if any. The Supplementary Conditions identify any Owner’s safety programs that are applicable to the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 31 of 62 D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor’s safety program with which Owner’s and Engineer’s employees and representatives must comply while at the Site. E.All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.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 (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F.Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. 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 at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 32 of 62 1. Shop Drawings: a.Submit number of copies specified in the General Requirements. b.Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: a.Submit number of Samples specified in the Specifications. b.Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer’s review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures: 1.Before submitting each Shop Drawing or Sample, Contractor shall have: a.reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b.determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c.determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d.determined and verified all information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2.Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor’s obligations under the Contract Documents with respect to Contractor’s review and approval of that submittal. 3.With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 62 Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation. D.Engineer’s Review: 1.Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer’s review and approval 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. 2.Engineer’s review and approval 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 approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3.Engineer’s review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer’s review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E.Resubmittal Procedures: 1.Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer 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: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 62 1.abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1.observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3.the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5.any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any 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 . B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any 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, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 35 of 62 Supplier, or other individual or entity under workers’ compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer’s officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1.the preparation or approval of, or the failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2.giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 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. Contractor shall not be required to provide professional services in violation of applicable law. 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, Owner and Engineer 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, 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 Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Engineer’s review and approval 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. Engineer’s review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. E.Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 36 of 62 ARTICLE 7 – OTHER WORK AT THE SITE 7.1 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner’s employees, 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: 1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and Owner, if Owner is performing other work with Owner’s employees, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 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 Engineer 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 and deficiencies in such other work. 7.2 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 37 of 62 7.3 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor’s wrongful actions or inactions. C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor’s wrongful action or inactions. ARTICLE 8 – OWNER’S RESPONSIBILITIES 8.1 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.2 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.3 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.4 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.C and 14.07.C. 8.5 Lands and Easements; Reports and Tests A. Owner’s duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner’s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site. 8.6 Insurance A. Owner’s responsibilities, if any, with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. 8.7 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 38 of 62 8.8 Inspections, Tests, and Approvals A. Owner’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. 8.9 Limitations on Owner’s Responsibilities A. The Owner 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. Owner will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. Owner’s responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner’s obligations under the Contract Documents. 8.12 Compliance with Safety Program A. While at the Site, Owner’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9 – ENGINEER’S STATUS DURING CONSTRUCTION 9.1 Owner’s Representative A. Engineer will be Owner’s representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner’s representative during construction are set forth in the Contract Documents. 9.2 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional 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, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer’s efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 39 of 62 and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer’s visits and observations are subject to all the limitations on Engineer’s authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineer’s visits or observations of Contractor’s Work, Engineer will not supervise, direct, control, or have authority over or 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. 9.3 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer’s consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.4 Authorized Variations in Work A. Engineer 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 Times 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 Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 9.5 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes 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. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.6 Shop Drawings, Change Orders and Payments A. In connection with Engineer’s authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 62 B. In connection with Engineer’s authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer’s authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer’s authority as to Applications for Payment, see Article 14. 9.7 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer’s preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer’s written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.8 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer’s decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer’s written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.9 Limitations on Engineer’s Authority and Responsibilities A. Neither Engineer’s authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 41 of 62 B. Engineer will not supervise, direct, control, or have authority over or 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. Engineer will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer’s review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative, if any, and assistants, if any. 9.10 Compliance with Safety Program A. While at the Site, Engineer’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which Engineer has been informed pursuant to Paragraph 6.13.D. ARTICLE 10 – CHANGES IN THE WORK; CLAIMS 10.1 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, 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). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. 10.2 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.D. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 42 of 62 10.3 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.4 Notification to Surety A. 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 Times), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.5 Claims A. Engineer’s Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant’s written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 62 opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant’s last submittal (unless Engineer allows additional time). C. Engineer’s Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part; 2. approve the Claim; or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer’s sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer’s written action under Paragraph 10.05.C or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.1 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Paragraph 11.01.B, and shall include only the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers’ compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 44 of 62 Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 45 of 62 f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, express and courier services, and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor’s fee. 2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.01.A. C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 46 of 62 D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.2 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: 1. Contractor agrees that: a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.3 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 47 of 62 D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.1 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor’s Fee: The Contractor’s fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1 and 11.01.A.2, the Contractor’s fee shall be 15 percent; b. for costs incurred under Paragraph 11.01.A.3, the Contractor’s fee shall be five percent; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 48 of 62 c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.4, 11.01.A.5, and 11.01.B; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor’s fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor’s fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.2 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.3 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor’s entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor’s ability to complete the Work within the Contract Times. C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 49 of 62 control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor’s ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer, and their officers, directors, members, partners, employees, agents, consultants, or subcontractors 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. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.2 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, 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. 13.3 Tests and Inspections A. Contractor shall give Engineer 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. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1.for inspections, tests, or approvals covered by Paragraphs 13.03.C and 13.03.D below; 2.that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in Paragraph 13.04.C; and 3. as otherwise specifically provided in the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 50 of 62 C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner’s and Engineer’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, or approvals shall be performed by organizations acceptable to Owner and Engineer. 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 Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. F.Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense unless Contractor has given Engineer timely notice of Contractor’s intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.4 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer’s observation and replaced at Contractor’s expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer’s request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. C. If it is found that the uncovered Work is defective, Contractor shall pay 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 uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 51 of 62 13.5 Owner May Stop the Work A. 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, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.6 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay 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 correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner’s special warranty and guarantee, if any, on said Work. 13.7 Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract 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 Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner’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 Owner, 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 Owner’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner 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 arbitration or other dispute EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 52 of 62 resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E.Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.8 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer’s recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay 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) attributable to Owner’s evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and for the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer’s recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.9 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.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, Owner may, after seven days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner 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, take possession of Contractor’s tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 53 of 62 equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner’s representatives, agents and employees, Owner’s other contractors, and Engineer and Engineer’s consultants access to the Site to enable Owner 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 arbitration or other dispute resolution costs) incurred or sustained by Owner 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 Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner’s rights and remedies under this Paragraph 13.09. ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.2 Progress Payments A. Applications for Payments: 1. At least 20 days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest therein, all of which must be satisfactory to Owner. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 54 of 62 Work have been applied on account to discharge Contractor’s legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications: 1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer’s reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer’s recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer’s observations of the executed Work as an experienced and qualified design professional, and on Engineer’s review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer’s knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor’s being entitled to such payment appear to have been fulfilled in so far as it is Engineer’s responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer’s review of Contractor’s Work for the purposes of recommending payments nor Engineer’s recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise, direct, or control the Work, or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 55 of 62 b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor’s failure to comply with Laws and Regulations applicable to Contractor’s performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer’s opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer’s opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due: 1. Ten days after presentation of the Application for Payment to Owner with Engineer’s recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.D) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment: 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor’s performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set-off against the amount recommended; or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 56 of 62 d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor remedies the reasons for such action. 3. Upon a subsequent determination that Owner’s refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1 and subject to interest as provided in the Agreement. 14.03 Contractor’s Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.4 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor’s notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner’s objections, Engineer considers the Work substantially complete, Engineer will, within said 14 days, execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 57 of 62 pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer’s issuing the definitive certificate of Substantial Completion, Engineer’s aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the tentative list. 14.5 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work, subject to the following conditions: 1.Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Paragraph 14.04.A through D for that part of the Work. 2.Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3.Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4.No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. 14.6 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 58 of 62 14.7 Final Payment A. Application for Payment: 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked-up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.6; b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Engineer’s Review of Application and Acceptance: 1. If, on the basis of Engineer’s observation of the Work during construction and final inspection, and Engineer’s review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor’s other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for Payment, indicate in writing Engineer’s recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 59 of 62 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer’s recommendation, including but not limited to liquidated damages, will become due and will be paid by Owner to Contractor. 14.8 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor’s final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.9 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor’s continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION 15.1 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.2 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor’s repeated disregard of the authority of Engineer; or 4. Contractor’s violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor’s tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion); 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds 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) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor’s services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 61 of 62 F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B and 15.02.C. 15.3 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. 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) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.4 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor’s stopping the Work as permitted by this Paragraph. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 62 of 62 ARTICLE 16 – DISPUTE RESOLUTION 16.1 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer’s action under Paragraph 10.05.C or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: 1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17 – MISCELLANEOUS 17.1 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1.delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2.delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.2 Computation of Times A. 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 by the law of the applicable jurisdiction, such day will be omitted from the computation. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright © 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 63 of 62 17.3 Cumulative Remedies A. 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. 17.4 Survival of Obligations A. 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. 17.5 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. SUPPLEMENTARY CONDITIONS Page 1 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 SUPPLEMENTARY CONDITIONS Supplementary Conditions These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract, EJCDC C-700 (2007 Edition). All provisions which are not so amended or supplemented remain in full force and effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below, which are applicable to both the singular and plural thereof. The address system used in these Supplementary Conditions is the same as the address system used in the General Conditions, with the prefix "SC" added thereto. SC1.01 DEFINED TERMS The terms used in these Supplementary Conditions which are defined in the Standard General Conditions of the Construction Contract, EJCDC C-700 (2007 Edition) have the meanings assigned to them in the General Conditions and the Standard City Conditions of the Construction Contract for Developer Awarded Project Amend the following definitions of 1.01 to read as follows: Contract – Refer to Standard City Condition of the Construction Contract for Developer Awarded Project. Contract Documents - Refer to Standard City Condition of the Construction Contract for Developer Awarded Project. Contract Times – is defined as a calendar day including weekends and holidays. Engineer - Refer to Standard City Condition of the Construction Contract for Developer Awarded Project. General Requirements - Refer to Standard City Condition of the Construction Contract for Developer Awarded Project. Milestone - Refer to Standard City Condition of the Construction Contract for Developer Awarded Project. Owner – as known as the developer in the Standard City Condition of the Construction Contract for Developer Awarded Project. Site - Refer to Standard City Condition of the Construction Contract for Developer Awarded Project. Specifications - Refer to Standard City Condition of the Construction Contract for Developer Awarded Project. SUPPLEMENTARY CONDITIONS Page 2 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 Work - Refer to Standard City Condition of the Construction Contract for Developer Awarded Project. SC1.02 TERMINOLOGY Delete Paragraph 1.02.D in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 1.02.B. Delete Paragraph 1.02.E in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 1.02.C. SC2.02 COPIES OF DOCUMENTS Amend the first sentence of Paragraph 2.02 to read as follows: “Owner shall furnish to Contractor up to three printed or hard copies of the Drawings and Project Manual.” SC2.03 COMMENCEMENT OF CONTRACT TIME; NOTICE TO PROCEED Delete Paragraph 2.03.A. of the General Conditions in its entirety and insert the following in its place: “Commencement of Contract Time shall begin on the date indicated during the pre- construction meeting with the City. The date indicated during the pre-construction meeting will be determined by the Owner, City and Contractor and as indicated in the Notice to Proceed.” SC2.05 BEFORE STARTING CONSTRUCTION Delete Paragraph 2.05 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 2.01. SC2.06 PRECONSTRUCTION CONFERENCE; DESIGNATION OF AUTHORIZED REPRESENTATIVE Delete Paragraph 2.06 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 2.02. SC3.01 INTENT Add the following language after the second sentence of Paragraph 3.01.B of the General Conditions: “In the event there are any conflicts between the plans, the specifications or other Contract Documents the priority of interpretation will be as follows: Signed Contract Agreement, CONTRACTOR’S Proposal, Project Drawings or Plans, Standard City SUPPLEMENTARY CONDITIONS Page 3 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 Conditions of the Construction Contract for Developer Awarded Projects, Supplementary Conditions, General Conditions, Project Specifications, Referenced Specifications.” SC3.02 REFERENCE STANDARDS Delete Paragraph 3.02 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 3.01. SC3.04 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS Delete Paragraph 3.04 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 3.02. SC4.02 SUBSURFACE AND PHYSICAL CONDITION Add the following new paragraphs immediately after Paragraph 4.02.B: C. The following reports of explorations and tests of subsurface conditions at or contiguous to the Site are known to Owner: 1. Reports dated July 2014 (Amended December 2014), prepared by Alpha Testing entitled: “Final Geotechnical Exploration on Seventeen Lakes (Phases 3 and 4)”. a. All of the information in such drawings constitutes “technical data” on which Contractor may rely. D. The reports and drawings identified above are not part of the Contract Documents, but the “technical data” contained therein upon which Contractor may rely, as expressly identified and established above, are incorporated in the Contract Documents by reference. Contractor is not entitled to rely upon any other information and data known to or identified by Owner or Engineer. SC4.04 UNDERGROUND FACILITIES Add the following language to the beginning of Paragraph 4.04.B of the General Conditions: “Contractor shall contact the city water & sewer and public works departments and utility companies which have a franchise to operate in the area of the project site and shall determine the location of their facilities at or contiguous to the site and shall protect same from damage during construction.” SC4.06 HAZARDOUS ENVIRONMENTAL CONDITIONS Delete Paragraphs 4.06.A and 4.06.B in their entirety and insert the following: A. No reports or drawings related to Hazardous Environmental Conditions at the Site are known to Owner. SUPPLEMENTARY CONDITIONS Page 4 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 B. Not Used. SC5.01 PERFROMANCE, PAYMENT AND OTHER BONDS Delete Paragraph 5.01 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 4.02. SC5.02 LICENSED SURETIES AND INSURERS Delete Paragraph 5.02 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 4.01. SC5.03 CERTIFICATES OF INSURANCE Delete Paragraph 5.03 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 4.03. SC5.04 CONTRACTOR’S INSURANCE Add the following language at the end of the Paragraph 5.04.B.6.b: “Contractor shall include the Engineer and their designee as additional insured.” SC5.06 PROPERTY INSURANCE Delete Paragraph 5.06 in its entirety. SC5.09 ACCEPTANCE OF BONDS AND INSURANCE; OPTION TO REPLACE Delete Paragraph 5.09 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 4.05. SC6.01 SUPERVISION AND SUPERINTENDENCE Delete Paragraph 6.01 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.01. SC6.02 LABOR; WORKING HOURS Delete Paragraph 6.02 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.02. SC6.03 SERVICES, MATERIALS AND EQUIPMENT Delete Paragraph 6.03 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.03. SC6.04 PROGRESS SCHEDULE SUPPLEMENTARY CONDITIONS Page 5 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 Delete Paragraph 6.04 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.04. SC6.05 SUBSTITUTES AND “OR-EQUALS” Delete Paragraph 6.05 its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.05. SC6.06 CONCERNING SUBCONTRACTORS AND SUPPLIERS Delete Paragraph 6.06 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.07 and insert the following: “Owner may furnish to any such Subcontractor, Supplier or other person or organization, to the extent practicable, evidence of amounts paid to Contractor in accordance with Contractor’s application for payment.” SC6.07 PATENT FEES AND ROYALTIES Delete Paragraph 6.07 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.09. SC6.09 LAWS AND REGULATIONS Delete Paragraph 6.09 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.10. SC6.11 USE OF SITE AND OTHER AREAS Delete Paragraph 6.11 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.11. SC6.12 RECORD DOCUMENTS Delete Paragraph 6.12 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.12. SC6.13 SAFETY AND PROTECTION Delete Paragraph 6.13 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.13. SC6.14 SAFETY REPRESENTATIVE Delete Paragraph 6.14 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.14. SUPPLEMENTARY CONDITIONS Page 6 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 SC6.15 HAZARD COMMUNICATION PROGRAMS Delete Paragraph 6.15 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.15. SC6.17 SHOP DRAWINGS AND SAMPLES Delete Paragraph 6.17 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.16. SC6.19 CONTRACTOR’S GENERAL WARRANTY AND GUARANTEE Delete Paragraph 6.19 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.17. SC6.20 INDEMNIFICATION Delete Paragraph 6.20 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.18 and insert the following: CONTRACTOR ASSUMES ENTIRE RESPONSIBILITY AND LIABILITY FOR, AND AGREES TO RELEASE, DEFEND, INDEMNIFY AND HOLD OWNER, OWNER’S AGENTS, EMPLOYEES, REPRESENTATIVES AND INSURERS HARMLESS FROM, ANY AND ALL LIABILITIES, CLAIMS, COSTS, EXPENSES, JUDGMENTS, ATTORNEYS’ FEES, LITIGATION EXPENSES, CAUSES OF ACTION, DEMANDS, LOSSES AND/OR DAMAGES ARISING OUT OF, IN CONNECTION WITH, OR IN ANY WAY INCIDENTAL TO THE PERFORMANCE OF WORK OR SERVICES UNDER THIS CONTRACT BY CONTRACTOR, CONTRACTOR’S EMPLOYEES, AGENTS, REPRESENTATIVES AND INDEPENDENT CONTRACTORS. THIS PROVISION APPLIES WITH FULL FORCE AND EFFECT FOR ANY AND ALL CLAIMS, DEMANDS, ALLEGATIONS OR ACTIONS FOUNDED IN WHOLE OR IN PART FROM THE NEGLIGENCE, GROSS NEGLIGENCE, INTENTIONAL ACTS, OR ALLEGED NEGLIGENCE, GROSS NEGLIGENCE OR INTENTIONAL ACTS, OF OWNER, OWNER’S AGENTS, EMPLOYEES, REPRESENTATIVES, AND INDEPENDENT CONTRACTORS, AS WELL AS CONTRACTOR, CONTRACTOR’S AGENTS, EMPLOYEES, REPRESENTATIVES AND INDEPENDENT CONTRACTORS. THIS INDEMNITY PROVISION IS TO BE CONSTRUED AS BROADLY AS POSSIBLE TO INCLUDE ANY AND ALL LIABILITIES, CLAIMS, COSTS, EXPENSES, JUDGMENTS, CAUSES OF ACTIONS, DEMENDS, LOSSES, AND/OR WHATSOEVER, INCLUDING, BUT NOT LIMITED TO, CAUSES OR ACTION AND DAMAGES SOUNDING IN TORT, PERSONAL INJURIES, CONTRACT DAMAGES, ECONOMIC DAMAGES, STRICT LIABILITY, STRICT PRODUCTS LIABILITY AND PRODUCTS LIABILITY, COMMON LAW NEGLIGENCE AND GROSS NEGLIGENCE, INTENTIONAL TORTS, FEDERAL AND STATE STATUTORY AND COMMON LAW PUNITIVE AND/OR MULTIPLIED DAMAGES, WORKERS’ COMPENSATION CLAIMS, SUPPLEMENTARY CONDITIONS Page 7 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 CLAIMS UNDER THE TEXAS TORT CLAIMS ACT, EMPLOYMENT DISPUTES, WRONGFUL DISCHARGE, FEDERAL AND STATE CIVIL RIGHTS CLIAMS, CLAIMS FOUNDED IN CONTRACT OR QUASI- CONTRACT, BREACH OF WARRANTY, CLAIMS UNDER THE TEXAS DECEPTIVE TRADE PRACTICES-COMSUMER PROTECTION ACT, AND ANY AND ALL CLAIMS, CAUSES OF ACTION OR DEMANDS, WHEREBY ANY LOSS IS SOUGHT AND/OR INCURRED AND/OR PAYABLE BY OWNER, OWNER’S AGENTS, EMPLOYEES, REPRESENTATIVES, AND/OR INSURERS. THIS PROVISION IS TO BE CONSTRUED UNDER THE LAWS OF THE STATE OF TEXAS, AND IT IS EXPRESSLY RECOGNIZED BY ALL PARTIES TO THE CONSPICUOUSNESS REQUIREMENT AND THE EXPRESS NEGLIGENCE TEST, AND IS VALID AND ENFORCEABLE AGAINST CONTRACTOR, CONTRACTOR’S AGENTS, EMPLOYEES, REPRESENTATIVES, AND INDEPENDENT CONTRACTORS. CONTRACTOR HAS READ, FULLY UNDERSTANDS, AND AGREES TO BE BOUND BY THE TERMS AND CONDITIONS OF THIS PROVISION AND THE INDIVIDUAL SIGNING THIS CONTRACT ON BEHALF OF CONTRACTOR HAS FULL AUTHORITY TO BIND CONTRACTOR TO THIS CONTRACT AND THIS INDEMNITY PROVISION CONTAINED HEREIN. IT IS FURHTER RECOGNIZED AND AGREED THAT, SHOULD ANY PARTICULAR PORTION OR PROVISION OF THIS INDEMNITY PROVISION BE HELD INVALID, VOID AND/OR UNENFORCEABLE, IT SHALL NOT EFFECT THE VALIDITY AND ENFORCEABILITY OF THE REMAINDER OF THIS PROVISION. CONTRACTOR AGREES TO MAINTAIN AT CONTRACTOR’S SOLE COST AND EXPENSE, INSURANCE OF ANY AND ALL TYPE AND WITH MINIMUM LIMITS AS FOLLOWS, AND FURNISH CERTIFICATES TO OWNER EVIDENCING SUCH INSURANCE WITH INSURERS ACCEPTABLE TO OWNER: ALL INSURANCE COVERAGES CARRIED BY THE OWNER, WHETHER OR NOT REQUIRED HEREBY, SHALL EXTEND TO AN PROTECT OWNER, OWNER’S AGENTS, EMPLOYEES, REPRESENTATIVES, AND INDEPENDENT CONTRACTORS, TO THE FULL EXTENT OF SUCH COVERAGES AND CONTRACTOR AGREES TO NAME OWNER AS AN ADDITIONAL INSURED UNDER EACH SUCH INSURANCE COVERAGE. SAID INSURANCE SHALL APPLY TO ANY AND ALL LIABILITY OF THE CONTRACTOR, CONTRACTOR’S AGENTS, REPRESENTATIVES, EMPLOYEES, AND/OR INDEPENDENT CONTRACTORS, ARISING FROM THE INDEMNITY PROVISION IN THIS SECTION. HOWEVER, LIABILITY OF THE CONTRACTOR, AS PROVIDED IN THIS SECTION SHALL NOT BE LIMITED BY THE INSURANCE COVERAGE REQUIRED OF CONTRACTOR IN THIS PROVISION. SUPPLEMENTARY CONDITIONS Page 8 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 SC6.21 DELEGATION OF PROFESSIONAL DESIGN SERVICES Delete Paragraph 6.21 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 5.19. SC9.05 REJECTING DEFECTIVE WORK Delete Paragraph 9.05 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 8.03. SC10.04 NOTIFICATION TO SURETY Delete Paragraph 10.04 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 9.02. SC11.03 UNIT PRICE WORK Add the following new paragraph immediately after Paragraph 11.03.A: “Any and all Work specifically called for in the Contract Documents or which is required for the proper construction of items called for in the Contract Documents is to be performed by Contractor unless specifically indicated otherwise. The cost of all work for which there is no separate pay item in the proposal shall be included in the price for a related pay item such that work called for or required by the Contract Documents will be constructed for the Contract Price.” SC13.01 NOTICE OF DEFECTS Delete Paragraph 13.01 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 11.01. SC13.02 ACCESS TO WORK Delete Paragraph 13.02 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 11.02. SC13.03 TESTS AND INSPECTION Delete Paragraph 13.03 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 11.03. SC13.04 UNCOVERING WORK Delete Paragraph 13.04 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 11.04. SC13.06 CORRECTION OR REMOVAL OF DEFECTIVE WORK SUPPLEMENTARY CONDITIONS Page 9 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 Delete Paragraph 13.06 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 11.06. SC13.07 CORRECTION PERIOD Delete Paragraph 13.07 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 11.07. SC13.08 ACCEPTANCE OF DEFECTIVE WORK Delete Paragraph 13.08 in its entirety. SC13.09 OWNER MAY CORRECT DEFECTIVE WORK Delete Paragraph 13.09 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 11.08. SC14.02 PROGRESS PAYMENT Revise the first sentence of Paragraph 14.02.A.1 to read as follows: “At least thirty (30) days before each progress payment,….” SC14.03 CONTRACTOR’S WARRANTY OF TITLE Delete Paragraph 14.03 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 12.01. SC14.05 PARTIAL UTILIZATION Delete Paragraph 14.05 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 12.02. SC14.06 FINAL INSPECTION Delete Paragraph 14.05 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 12.03. SC17.01 GIVING NOTICE Delete Paragraph 17.01 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 14.01. SC17.02 COMPUTATION OF TIMES Delete Paragraph 17.02 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 14.02. SUPPLEMENTARY CONDITIONS Page 10 of 10 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN103535 SC17.03 CUMULATIVE REMEDIES Delete Paragraph 17.03 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 14.03. SC17.04 SURVIVAL OF OBLIGATIONS Delete Paragraph 17.04 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 14.04 SC17.06 HEADINGS Delete Paragraph 17.06 in its entirety and refer to Standard City Condition of the Construction Contract for Developer Awarded Project Paragraph 14.05. 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 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 1.01 Defined Terms ............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 5 Article 2 – Preliminary Matters ......................................................................................................................... 6 2.01 Before Starting Construction ........................................................................................................ 6 2.02 Preconstruction Conference .......................................................................................................... 6 2.03 Public Meeting .............................................................................................................................. 6 Article 3 – Contract Documents and Amending ............................................................................................... 6 3.01 Reference Standards ..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents .................................................................. 6 Article 4 – Bonds and Insurance ....................................................................................................................... 7 4.01 Licensed Sureties and Insurers ..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7 4.03 Certificates of Insurance ............................................................................................................... 7 4.04 Contractor’s Insurance .................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12 Article 5 – Contractor’s Responsibilities ........................................................................................................ 12 5.01 Supervision and Superintendent ................................................................................................. 12 5.02 Labor; Working Hours ................................................................................................................ 13 5.03 Services, Materials, and Equipment ........................................................................................... 13 5.04 Project Schedule .......................................................................................................................... 14 5.05 Substitutes and “Or-Equals” ....................................................................................................... 14 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16 5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16 5.08 Wage Rates.................................................................................................................................. 18 5.09 Patent Fees and Royalties ........................................................................................................... 19 5.10 Laws and Regulations ................................................................................................................. 19 5.11 Use of Site and Other Areas ....................................................................................................... 19 5.12 Record Documents ...................................................................................................................... 20 5.13 Safety and Protection .................................................................................................................. 21 5.14 Safety Representative ................................................................................................................. 21 5.15 Hazard Communication Programs ............................................................................................. 22 5.16 Submittals .................................................................................................................................... 22 5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24 5.19 Delegation of Professional Design Services .............................................................................. 24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination....................................................................................................................... 25 Article 6 – Other Work at the Site ................................................................................................................... 26 6.01 Related Work at Site ................................................................................................................... 26 Article 7 – City’s Responsibilities................................................................................................................... 26 7.01 Inspections, Tests, and Approvals .............................................................................................. 26 7.02 Limitations on City’s Responsibilities ....................................................................................... 26 7.03 Compliance with Safety Program ............................................................................................... 27 Article 8 – City’s Observation Status During Construction ........................................................................... 27 8.01 City’s Project Representative ..................................................................................................... 27 8.02 Authorized Variations in Work .................................................................................................. 27 8.03 Rejecting Defective Work .......................................................................................................... 27 8.04 Determinations for Work Performed .......................................................................................... 28 Article 9 – Changes in the Work ..................................................................................................................... 28 9.01 Authorized Changes in the Work ............................................................................................... 28 9.02 Notification to Surety .................................................................................................................. 28 Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28 10.01 Change of Contract Price ............................................................................................................ 28 10.02 Change of Contract Time............................................................................................................ 28 10.03 Delays .......................................................................................................................................... 28 Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects ........................................................................................................................ 29 11.02 Access to Work ........................................................................................................................... 29 11.03 Tests and Inspections .................................................................................................................. 29 11.04 Uncovering Work ....................................................................................................................... 30 11.05 City May Stop the Work ............................................................................................................. 30 11.06 Correction or Removal of Defective Work ................................................................................ 30 11.07 Correction Period ........................................................................................................................ 30 11.08 City May Correct Defective Work ............................................................................................. 31 Article 12 – Completion .................................................................................................................................. 32 12.01 Contractor’s Warranty of Title ................................................................................................... 32 12.02 Partial Utilization ........................................................................................................................ 32 12.03 Final Inspection ........................................................................................................................... 32 12.04 Final Acceptance ......................................................................................................................... 33 Article 13 – Suspension of Work .................................................................................................................... 33 13.01 City May Suspend Work ............................................................................................................ 33 Article 14 – Miscellaneous .............................................................................................................................. 34 14.01 Giving Notice .............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34 14.03 Cumulative Remedies ................................................................................................................. 34 14.04 Survival of Obligations ............................................................................................................... 35 14.05 Headings ...................................................................................................................................... 35 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 l. 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 otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of 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 or an adjustment in the Contract Price 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, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of 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 examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the 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 control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.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. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 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. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and 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 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the 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. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 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. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN103535 Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. 38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN103535 Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 1) All Work shall be in accordance with railroad requirements set forth in 6 Division 0 as well as the railroad permit. 7 D. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously 9 obtained permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the 11 specified approval of the property owner has been secured in writing by the 12 Contractor and a copy furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the 15 Work as a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17 lawns, fences, culverts, curbing, and all other types of structures or improvements, 18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19 appurtenances thereof, including the construction of temporary fences and to all 20 other public or private property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or private 22 lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of the 24 Work. 25 b. Notices shall be applicable to both public and private utility companies and any 26 corporation, company, individual, or other, either as owners or occupants, 27 whose land or interest in land might be affected by the Work. 28 c. Be responsible for all damage or injury to property of any character resulting 29 from any act, omission, neglect, or misconduct in the manner or method or 30 execution of the Work, or at any time due to defective work, material, or 31 equipment. 32 6. Fence 33 a. Restore all fences encountered and removed during construction of the Project 34 to the original or a better than original condition. 35 b. Erect temporary fencing in place of the fencing removed whenever the Work is 36 not in progress and when the site is vacated overnight, and/or at all times to 37 provide site security. 38 c. The cost for all fence work within easements, including removal, temporary 39 closures and replacement, shall be subsidiary to the various items bid in the 40 project proposal, unless a bid item is specifically provided in the proposal. 41 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN103535 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS HS #4 CPN 103535 Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance 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. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a.Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A.See Request for Substitution Form (attached) B.Procedure for Requesting Substitution 1. Substitution shall be considered only: a.After award of Contract b. Under the conditions stated herein 2.Submit 3 copies of each written request for substitution, including: a.Documentation 1)Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a)Manufacturer's name b) Telephone number and representative contact name c)Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a)Size b) Composition or materials of construction c)Weight d) Electrical or mechanical requirements 4) Product experience a)Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c)Available field data and reports associated with proposed product 5)Samples a)Provide at request of City. b) Samples become the property of the City. c.For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C.Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 4. Substitution will be rejected if: a.Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c.In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A.In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 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 engineeringand detailing costs caused by the requested substitution? B.What effect does substitution have on other trades? C.Differences between proposed substitution and specified item? D.Differences in product cost or product delivery time? E.Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B.Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a.If recorded, tapes will be used to prepare minutes and retained by City for future reference. B.Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a.The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a.Developer and Consultant b. Contractor's project manager c.Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 e.Other City representatives f.Others as appropriate 4. Preliminary Agenda may include: a.Introduction of Project Personnel b. General Description of Project c.Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e.Contract Time f.Notice to Proceed g.Construction Staking h. Progress Payments i.Extra Work and Change Order Procedures j.Field Orders k.Disposal Site Letter for Waste Material l.Insurance Renewals m.Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r.Legal Holidays s.Trench Safety Plans t.Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v.Storm Water Pollution Prevention Plan w.Coordination with other Contractors x. Early Warning System y.Contractor Evaluation z.Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc.Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii.Final Payment jj. Questions or Comments 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 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 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised August 30, 2013 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Administrative and procedural requirements for: a.Preconstruction Videos B.Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a.Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a.Shop Drawings b. Product Data (including Standard Product List submittals) c.Samples d. Mock Ups B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2.Coordination of Submittal Times a.Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a)Disapproval and resubmittal (if required) b) Coordination with other submittals c)Testing d) Purchasing e)Fabrication f)Delivery g)Similar sequenced activities c.No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B.Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a.Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c.Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C.Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a.Field measurements b. Field construction criteria c.Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a.The Contractor's Company name b. Signature of submittal reviewer c.Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D.Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a.Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c.Product Data /Shop Drawings/Samples /Calculations E.Submittal Content 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 2. The Project title and number 3. Contractor identification 4. The names of: a.Contractor b. Supplier c.Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F.Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily 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 f.Special wiring diagrams g.Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i.As applicable to the Work 2. Details a.Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G.Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a.Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 7)Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H.Samples 1.As specified in individual Sections, include, but are not necessarily limited to: a.Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I.Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J.Submittal Distribution 1. Electronic Distribution a.Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a)3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c.Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a)3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 a.Shop Drawings 1) Distributed to the City 2) Copies a)8 copies for mechanical submittals b) 7 copies for all other submittals c)If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a)4 copies c.Samples 1) Distributed to the Project Representative 2) Copies a)Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a.Provide number of copies as directed by the City but not exceeding the number previously specified. K.Submittal Review 1.The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a.Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c.Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a.All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a.Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a)When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a)The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c.Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a)The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c)Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a)The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a.Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a)At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c.The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a.City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c.The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L.Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M.Qualifications 1. If specifically required in other Sections of these Specifications, submit 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] 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised August, 30, 2013 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Air Pollution Watch Days 10 e. Use of Explosives, Drop Weight, Etc. 11 f. Water Department Notification 12 g. Public Notification Prior to Beginning Construction 13 h. Coordination with United States Army Corps of Engineers 14 i. Coordination within Railroad permits areas 15 j. Dust Control 16 k. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 3. Section 33 12 25 – Connection to Existing Water Mains 23 24 1.2 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 30 High Voltage Overhead Lines. 31 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 32 Specification 33 1.3 ADMINISTRATIVE REQUIREMENTS 34 A. Coordination with the Texas Department of Transportation 35 1. When work in the right-of-way which is under the jurisdiction of the Texas 36 Department of Transportation (TxDOT): 37 a. Notify the Texas Department of Transportation prior to commencing any work 38 therein in accordance with the provisions of the permit 39 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised August, 30, 2013 b. All work performed in the TxDOT right-of-way shall be performed in 1 compliance with and subject to approval from the Texas Department of 2 Transportation 3 B. Work near High Voltage Lines 4 1. Regulatory Requirements 5 a. All Work near High Voltage Lines (more than 600 volts measured between 6 conductors or between a conductor and the ground) shall be in accordance with 7 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 8 2. Warning sign 9 a. Provide sign of sufficient size meeting all OSHA requirements. 10 3. Equipment operating within 10 feet of high voltage lines will require the following 11 safety features 12 a. Insulating cage-type of guard about the boom or arm 13 b. Insulator links on the lift hook connections for back hoes or dippers 14 c. Equipment must meet the safety requirements as set forth by OSHA and the 15 safety requirements of the owner of the high voltage lines 16 4. Work within 6 feet of high voltage electric lines 17 a. Notification shall be given to: 18 1) The power company (example: ONCOR) 19 a) Maintain an accurate log of all such calls to power company and record 20 action taken in each case. 21 b. Coordination with power company 22 1) After notification coordinate with the power company to: 23 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 24 lower the lines 25 c. No personnel may work within 6 feet of a high voltage line before the above 26 requirements have been met. 27 C. Confined Space Entry Program 28 1. Provide and follow approved Confined Space Entry Program in accordance with 29 OSHA requirements. 30 2. Confined Spaces include: 31 a. Manholes 32 b. All other confined spaces in accordance with OSHA’s Permit Required for 33 Confined Spaces 34 D. Use of Explosives, Drop Weight, Etc. 35 1. When Contract Documents permit on the project the following will apply: 36 a. Public Notification 37 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 38 prior to commencing. 39 2) Minimum 24 hour public notification in accordance with Section 01 31 13 40 E. Water Department Coordination 41 1. During the construction of this project, it will be necessary to deactivate, for a 42 period of time, existing lines. The Contractor shall be required to coordinate with 43 the Water Department to determine the best times for deactivating and activating 44 those lines. 45 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised August, 30, 2013 2. Coordinate any event that will require connecting to or the operation of an existing 1 City water line system with the City’s representative. 2 a. Coordination shall be in accordance with Section 33 12 25. 3 b. If needed, obtain a hydrant water meter from the Water Department for use 4 during the life of named project. 5 c. In the event that a water valve on an existing live system be turned off and on 6 to accommodate the construction of the project is required, coordinate this 7 activity through the appropriate City representative. 8 1) Do not operate water line valves of existing water system. 9 a) Failure to comply will render the Contractor in violation of Texas Penal 10 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 11 will be prosecuted to the full extent of the law. 12 b) In addition, the Contractor will assume all liabilities and 13 responsibilities as a result of these actions. 14 F. Public Notification Prior to Beginning Construction 15 1. Prior to beginning construction on any block in the project, on a block by block 16 basis, prepare and deliver a notice or flyer of the pending construction to the front 17 door of each residence or business that will be impacted by construction. The notice 18 shall be prepared as follows: 19 a. Post notice or flyer 7 days prior to beginning any construction activity on each 20 block in the project area. 21 1) Prepare flyer on the Contractor’s letterhead and include the following 22 information: 23 a) Name of Project 24 b) City Project No (CPN) 25 c) Scope of Project (i.e. type of construction activity) 26 d) Actual construction duration within the block 27 e) Name of the contractor’s foreman and phone number 28 f) Name of the City’s inspector and phone number 29 g) City’s after-hours phone number 30 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 31 A. 32 3) Submit schedule showing the construction start and finish time for each 33 block of the project to the inspector. 34 4) Deliver flyer to the City Inspector for review prior to distribution. 35 b. No construction will be allowed to begin on any block until the flyer is 36 delivered to all residents of the block. 37 G. Public Notification of Temporary Water Service Interruption during Construction 38 1. In the event it becomes necessary to temporarily shut down water service to 39 residents or businesses during construction, prepare and deliver a notice or flyer of 40 the pending interruption to the front door of each affected resident. 41 2. Prepared notice as follows: 42 a. The notification or flyer shall be posted 24 hours prior to the temporary 43 interruption. 44 b. Prepare flyer on the contractor’s letterhead and include the following 45 information: 46 1) Name of the project 47 2) City Project Number 48 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised August, 30, 2013 3) Date of the interruption of service 1 4) Period the interruption will take place 2 5) Name of the contractor’s foreman and phone number 3 6) Name of the City’s inspector and phone number 4 c. A sample of the temporary water service interruption notification is attached as 5 Exhibit B. 6 d. Deliver a copy of the temporary interruption notification to the City inspector 7 for review prior to being distributed. 8 e. No interruption of water service can occur until the flyer has been delivered to 9 all affected residents and businesses. 10 f. Electronic versions of the sample flyers can be obtained from the Project 11 Construction Inspector. 12 H. Coordination with United States Army Corps of Engineers (USACE) 13 1. At locations in the Project where construction activities occur in areas where 14 USACE permits are required, meet all requirements set forth in each designated 15 permit. 16 I. Coordination within Railroad Permit Areas 17 1. At locations in the project where construction activities occur in areas where 18 railroad permits are required, meet all requirements set forth in each designated 19 railroad permit. This includes, but is not limited to, provisions for: 20 a. Flagmen 21 b. Inspectors 22 c. Safety training 23 d. Additional insurance 24 e. Insurance certificates 25 f. Other employees required to protect the right-of-way and property of the 26 Railroad Company from damage arising out of and/or from the construction of 27 the project. Proper utility clearance procedures shall be used in accordance 28 with the permit guidelines. 29 2. Obtain any supplemental information needed to comply with the railroad’s 30 requirements. 31 J. Dust Control 32 1. Use acceptable measures to control dust at the Site. 33 a. If water is used to control dust, capture and properly dispose of waste water. 34 b. If wet saw cutting is performed, capture and properly dispose of slurry. 35 K. Employee Parking 36 1. Provide parking for employees at locations approved by the City. 37 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised August, 30, 2013 1.4 SUBMITTALS [NOT USED] 1 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.6 CLOSEOUT SUBMITTALS [NOT USED] 3 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.8 QUALITY ASSURANCE [NOT USED] 5 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.10 FIELD [SITE] CONDITIONS [NOT USED] 7 1.11 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 13 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised August, 30, 2013 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised August, 30, 2013 EXHIBIT B 1 2 3 4 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another external FTP site approved by the City. 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a.Temporary utilities b. Sanitary facilities c.Storage Sheds and Buildings d. Dust control e.Temporary fencing of the construction site B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Temporary Utilities 1. Obtaining Temporary Service a.Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c.Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a.Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c.Coordination 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a.Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a.Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a.Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B.Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a.Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a.Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c.Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C.Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a.Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D.Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E.Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a.Contractor remains on-call at all times b. Must respond in a timely manner F.Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised JULY 1, 2011 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 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Administrative procedures for: a.Street Use Permit b. Modification of approved traffic control c.Removal of Street Signs B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A.Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A.Traffic Control 1. General a.When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B.Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a.To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C.Modification to Approved Traffic Control 1. Prior to installation traffic control: a.Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D.Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E.Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F.Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 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.Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a.Measurement and Payment shall be in accordance with Section 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. 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised July 1, 2011 B.Construction Activities resulting in: 1. 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 3. 5 acres or more of Disturbance a.Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a)Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a)Section 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 01 33 00, except as stated herein. a.Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a)City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised July 1, 2011 B.Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised March 9, 2020 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. References for Product Requirements and City Standard Products List B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B.Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C.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. D.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. E.See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised March 9, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a.Handling b. Exposure to elements or harsh environments B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2.Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A.Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B.Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C.Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a.Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a.Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a.Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control 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. 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A.Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B.Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A.Protect all products or equipment in accordance with manufacturer's written directions. B.Store products or equipment in location to avoid physical damage to items while in storage. C.Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised February 14, 2018 SECTION 01 71 23 1 CONSTRUCTION STAKING AND SURVEY 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Requirements for construction staking and construction survey 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. See Changes (Highlighted in Yellow). 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Construction Staking 14 a. Measurement 15 1) This Item is considered subsidiary to the various Items bid. 16 b. Payment 17 1) The work performed and the materials furnished in accordance with this 18 Item are subsidiary to the various Items bid and no other compensation will 19 be allowed. 20 2. Construction Survey 21 a. Measurement 22 1) This Item is considered subsidiary to the various Items bid. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item are subsidiary to the various Items bid and no other compensation will be 26 allowed. 27 3. As-Built Survey 28 a. Measurement 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 35 36 37 38 39 40 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised February 14, 2018 1.3 REFERENCES 1 A. Definitions 2 1. Construction Survey - The survey measurements made prior to or while 3 construction is in progress to control elevation, horizontal position, dimensions and 4 configuration of structures/improvements included in the Project Drawings. 5 2. As-built Survey –The measurements made after the construction of the 6 improvement features are complete to provide position coordinates for the features 7 of a project. 8 3. Construction Staking – The placement of stakes and markings to provide offsets 9 and elevations to cut and fill in order to locate on the ground the designed 10 structures/improvements included in the Project Drawings. Construction staking 11 shall include staking easements and/or right of way if indicated on the plans. 12 4. Survey “Field Checks” – Measurements made after construction staking is 13 completed and before construction work begins to ensure that structures marked on 14 the ground are accurately located per Project Drawings. 15 B. Technical References 16 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw 17 website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 18 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 19 on City’s Buzzsaw website). 20 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 21 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 22 Surveying in the State of Texas, Category 5 23 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. The Contractor’s selection of a surveyor must comply with Texas Government 26 Code 2254 (qualifications based selection) for this project. 27 1.5 SUBMITTALS 28 A. Submittals, if required, shall be in accordance with Section 01 33 00. 29 B. All submittals shall be received and reviewed by the City prior to delivery of work. 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Field Quality Control Submittals 32 1. Documentation verifying accuracy of field engineering work, including coordinate 33 conversions if plans do not indicate grid or ground coordinates. 34 2. Submit “Cut-Sheets” conforming to the standard template provided by the City 35 (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 36 37 1.7 CLOSEOUT SUBMITTALS 38 B. As-built Redline Drawing Submittal 39 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised February 14, 2018 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1 constructed improvements signed and sealed by Registered Professional Land 2 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 3 – Survey Staking Standards) . 4 2. Contractor shall submit the proposed as-built and completed redline drawing 5 submittal one (1) week prior to scheduling the project final inspection for City 6 review and comment. Revisions, if necessary, shall be made to the as-built redline 7 drawings and resubmitted to the City prior to scheduling the construction final 8 inspection. 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Construction Staking 12 1. Construction staking will be performed by the Contractor. 13 2. Coordination 14 a. Contact City and Developer’s Project Representative at least one week in 15 advance notifying the City of when Construction Staking is scheduled. 16 b. It is the Contractor’s responsibility to coordinate staking such that 17 construction activities are not delayed or negatively impacted. 18 3. General 19 a. Contractor is responsible for preserving and maintaining stakes. If City 20 surveyors or Developer’s Project Representative are required to re-stake for 21 any reason, the Contractor will be responsible for costs to perform staking. If 22 in the opinion of the City, a sufficient number of stakes or markings have been 23 lost, destroyed disturbed or omitted that the contracted Work cannot take place 24 then the Contractor will be required to stake or re-stake the deficient areas. 25 B. Construction Survey 26 1. Construction Survey will be performed by the Contractor. 27 2. Coordination 28 a. Contractor to verify that horizontal and vertical control data established in the 29 design survey and required for construction survey is available and in place. 30 3. General 31 a. Construction survey will be performed in order to construct the work shown 32 on the Construction Drawings and specified in the Contract Documents. 33 b. For construction methods other than open cut, the Contractor shall perform 34 construction survey and verify control data including, but not limited to, the 35 following: 36 1) Verification that established benchmarks and control are accurate. 37 2) Use of Benchmarks to furnish and maintain all reference lines and grades 38 for tunneling. 39 3) Use of line and grades to establish the location of the pipe. 40 4) Submit to the City copies of field notes used to establish all lines and 41 grades, if requested, and allow the City to check guidance system setup prior 42 to beginning each tunneling drive. 43 5) Provide access for the City, if requested, to verify the guidance system and 44 the line and grade of the carrier pipe. 45 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised February 14, 2018 6) The Contractor remains fully responsible for the accuracy of the work and 1 correction of it, as required. 2 7) Monitor line and grade continuously during construction. 3 8) Record deviation with respect to design line and grade once at each pipe 4 joint and submit daily records to the City. 5 9) If the installation does not meet the specified tolerances (as outlined in 6 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 7 the installation in accordance with the Contract Documents. 8 C. As-Built Survey 9 1. Required As-Built Survey will be performed by the Contractor. 10 2. Coordination 11 a. Contractor is to coordinate with City to confirm which features require as-12 built surveying. 13 b. It is the Contractor’s responsibility to coordinate the as-built survey and 14 required measurements for items that are to be buried such that construction 15 activities are not delayed or negatively impacted. 16 c. For sewer mains and water mains 12” and under in diameter, it is acceptable 17 to physically measure depth and mark the location during the progress of 18 construction and take as-built survey after the facility has been buried. The 19 Contractor is responsible for the quality control needed to ensure accuracy. 20 3. General 21 a. The Contractor shall provide as-built survey including the elevation and 22 location (and provide written documentation to the City) of construction 23 features during the progress of the construction including the following: 24 1) Water Lines 25 a) Top of pipe elevations and coordinates for waterlines at the following 26 locations: 27 (1) Minimum every 250 linear feet, including 28 (2) Horizontal and vertical points of inflection, curvature, 29 etc. 30 (3) Fire line tee 31 (4) Plugs, stub-outs, dead-end lines 32 (5) Casing pipe (each end) and all buried fittings 33 2) Sanitary Sewer 34 a) Top of pipe elevations and coordinates for force mains and siphon 35 sanitary sewer lines (non-gravity facilities) at the following locations: 36 (1) Minimum every 250 linear feet and any buried fittings 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 3) Stormwater – Not Applicable 40 b. The Contractor shall provide as-built survey including the elevation and 41 location (and provide written documentation to the City) of construction 42 features after the construction is completed including the following: 43 1) Manholes 44 a) Rim and flowline elevations and coordinates for each manhole 45 2) Water Lines 46 a) Cathodic protection test stations 47 b) Sampling stations 48 c) Meter boxes/vaults (All sizes) 49 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised February 14, 2018 d) Fire hydrants 1 e) Valves (gate, butterfly, etc.) 2 f) Air Release valves (Manhole rim and vent pipe) 3 g) Blow off valves (Manhole rim and valve lid) 4 h) Pressure plane valves 5 i) Underground Vaults 6 (1) Rim and flowline elevations and coordinates for each 7 Underground Vault. 8 3) Sanitary Sewer 9 a) Cleanouts 10 (1) Rim and flowline elevations and coordinates for each 11 b) Manholes and Junction Structures 12 (1) Rim and flowline elevations and coordinates for each 13 manhole and junction structure. 14 4) Stormwater – Not Applicable 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY 18 PART 2 - PRODUCTS 19 A. A construction survey will produce, but will not be limited to: 20 1. Recovery of relevant control points, points of curvature and points of intersection. 21 2. Establish temporary horizontal and vertical control elevations (benchmarks) 22 sufficiently permanent and located in a manner to be used throughout construction. 23 3. The location of planned facilities, easements and improvements. 24 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 25 areas, utilities, streets, highways, tunnels, and other construction. 26 b. A record of revisions or corrections noted in an orderly manner for reference. 27 c. A drawing, when required by the client, indicating the horizontal and vertical 28 location of facilities, easements and improvements, as built. 29 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 30 construction staking projects. These cut sheets shall be on the standard city template 31 which can be obtained from the Survey Superintendent (817-392-7925). 32 5. Digital survey files in the following formats shall be acceptable: 33 a. AutoCAD (.dwg) 34 b. ESRI Shapefile (.shp) 35 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 36 standard templates, if available) 37 6. Survey files shall include vertical and horizontal data tied to original project 38 control and benchmarks, and shall include feature descriptions 39 PART 3 - EXECUTION 40 3.1 INSTALLERS 41 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised February 14, 2018 A. Tolerances: 1 1. The staked location of any improvement or facility should be as accurate as 2 practical and necessary. The degree of precision required is dependent on many 3 factors all of which must remain judgmental. The tolerances listed hereafter are 4 based on generalities and, under certain circumstances, shall yield to specific 5 requirements. The surveyor shall assess any situation by review of the overall plans 6 and through consultation with responsible parties as to the need for specific 7 tolerances. 8 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 9 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 10 1.0 ft. tolerance. 11 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 12 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 13 walkways shall be located within the confines of the site boundaries and, 14 occasionally, along a boundary or any other restrictive line. Away from any 15 restrictive line, these facilities should be staked with an accuracy producing no 16 more than 0.05ft. tolerance from their specified locations. 17 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 18 electric lines, shall be located horizontally within their prescribed areas or 19 easements. Within assigned areas, these utilities should be staked with an 20 accuracy producing no more than 0.1 ft tolerance from a specified location. 21 e. The accuracy required for the vertical location of utilities varies widely. Many 22 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 23 should be maintained. Underground and overhead utilities on planned profile, 24 but not depending on gravity flow for performance, should not exceed 0.1 ft. 25 tolerance. 26 B. Surveying instruments shall be kept in close adjustment according to manufacturer’s 27 specifications or in compliance to standards. The City reserves the right to request a 28 calibration report at any time and recommends regular maintenance schedule be 29 performed by a certified technician every 6 months. 30 1. Field measurements of angles and distances shall be done in such fashion as to 31 satisfy the closures and tolerances expressed in Part 3.1.A. 32 2. Vertical locations shall be established from a pre-established benchmark and 33 checked by closing to a different bench mark on the same datum. 34 3. Construction survey field work shall correspond to the client’s plans. Irregularities 35 or conflicts found shall be reported promptly to the City. 36 4. Revisions, corrections and other pertinent data shall be logged for future reference. 37 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION [NOT USED] 40 3.4 APPLICATION 41 3.5 REPAIR / RESTORATION 42 A. If the Contractor’s work damages or destroys one or more of the control 43 monuments/points set by the City or Developer’s Project Representative, the monuments 44 shall be adequately referenced for expedient restoration. 45 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised February 14, 2018 1. Notify City or Developer’s Project Representative if any control data needs to be 1 restored or replaced due to damage caused during construction operations. 2 a. Contractor shall perform replacements and/or restorations. 3 b. The City or Developer’s Project Representative may require at any time a 4 survey “Field Check” of any monument or benchmarks that are set be verified 5 by the City surveyors or Developer’s Project Representative before further 6 associated work can move forward. 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 10 City or Developer’s Project Representative in accordance with this Specification. This 11 includes easements and right of way, if noted on the plans. 12 B. Do not change or relocate stakes or control data without approval from the City. 13 3.8 SYSTEM STARTUP 14 A. Survey Checks 15 1. The City reserves the right to perform a Survey Check at any time deemed 16 necessary. 17 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 18 relieve the contractor of his/her responsibility for accuracy. 19 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 103535 Revised February 14, 2018 measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format 1 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A.Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 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. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B.Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a.Cover to prevent blowing by wind b. Store debris away from construction or operational activities c.Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a.Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C.Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a.Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.The procedure for closing out a contract B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A.Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B.Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A.Submit all required documentation to City’s Project Representative. 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A.Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B.Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C.Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a.The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a.Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c.Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e.Fuses f.Vault keys g.Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D.Notice of Project Completion 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E.Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a.Final Payment Request b. Statement of Contract Time c.Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e.Pipe Report (if required) f.Contractor’s Evaluation of City g.Performance Evaluation of Contractor F.Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - 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.Traffic Controllers b. Irrigation Controllers (to be operated by the City) c.Butterfly Valves 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.Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A.Submittals shall be in accordance with Section 01 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 City personnel. 2. Format a.Size: 8 ½ 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 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 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 INSTRUCTIONS". 2) List: a)Title of Project b) Identity of separate structure as applicable c)Identity of general subject matter covered in the manual 3. 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 1. Neatly typewritten table of contents for each volume, arranged in systematic order a.Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c.List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a.Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 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. 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 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 for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a.Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D.Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a.Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c.Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e.Manufacturer's printed operating and maintenance instructions f.Description of sequence of operation by control manufacturer 1) Predicted life of parts subject 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 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 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 f.Manufacturer's printed operating and maintenance instructions g.List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 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 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 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 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - 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 Documents 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. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 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 Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A.Storage and Handling Requirements 1.Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project 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] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] 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 job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 2.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 will be performed, devise a suitable method for protecting the job set. b.Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c.Maintain the job set at the site of 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 for the overlapping changes. 5.Conversion of schematic layouts a.In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1)Final physical arrangement is determined by the Contractor, subject to the City's approval. 2)However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b.Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1)Final physical arrangement is determined by the Contractor, subject to the City's approval. 2)Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3)Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c.The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B.Final Project Record Documents 1.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. 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Water, Sanitary Sewer, Paving, Drainage & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised April 7, 2014 d.Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2.Transfer of data to other Documents a.If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b.If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application SECTION 34 41 20 - LED PILOT PROGRAM CFW LED Residential 100 – 150W Replacement Specification December 2013 . City of Fort Worth Specification for Residential LED Roadway Luminaires Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 1 PART 1 – GENERAL 1.1. REFERENCES The publications listed below form a part of this specification to the extent referenced. Publications are referenced within the text by their basic designation only. Versions listed shall be superseded by updated versions as they become available. A. American National Standards Institute (ANSI) 1. C136.2-2004 (or latest), American National Standard for Roadway and Area Lighting Equipment—Luminaire Voltage Classification 2. C136.10-2010 (or latest), American National Standard for Roadway and Area Lighting Equipment - Locking-Type Photocontrol Devices and Mating Receptacle Physical and Electrical Interchangeability and Testing 3. C136.15-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment – Luminaire Field Identification 4. C136.22-2004 (R2009 or latest), American National Standard for Roadway and Area Lighting Equipment – Internal Labeling of Luminaires 5. C136.25-2009 (or latest), American National Standard for Roadway and Area Lighting Equipment – Ingress Protection (Resistance to Dust, Solid Objects and Moisture) for Luminaire Enclosures 6. C136.31-2010 (or latest), American National Standard for Roadway Lighting Equipment – Luminaire Vibration 7. C136.37-2011 (or latest), American National Standard for Roadway and Area Lighting Equipment - Solid State Light Sources Used in Roadway and Area Lighting B. American Society for Testing and Materials International (ASTM) 1. B117-09 (or latest), Standard Practice for Operating Salt Spray (Fog) Apparatus 2. D1654-08 (or latest), Standard Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments 3. D523-08 (or latest), Standard Test Method for Specular Gloss 4. G154-06 (or latest), Standard Practice for Operating Fluorescent Light Apparatus for UV Exposure of Nonmetallic Materials C. Council of the European Union (EC) 1. RoHS Directive 2002/95/EC, on the restriction of the use of certain hazardous substances in electrical and electronic equipment D. Federal Trade Commission (FTC) 1. Green Guides, 16 CFR Part 260, Guides for the Use of Environmental Marketing Claims E. Illuminating Engineering Society of North America (IESNA or IES) 1. DG-4-03 (or latest), Design Guide for Roadway Lighting Maintenance 2. HB-10-11 (or latest), IES Lighting Handbook, 10th Edition 3. LM-50-99 (or latest), IESNA Guide for Photometric Measurement of Roadway Lighting Installations 4. LM-61-06 (or latest), IESNA Approved Guide for Identifying Operating Factors Influencing Measured Vs. Predicted Performance for Installed Outdoor High Intensity Discharge (HID) Luminaires 5. LM-79-08 (or latest), IESNA Approved Method for the Electrical and Photometric Measurements of Solid-Sate Lighting Products City of Fort Worth Specification for Residential LED Roadway Luminaires Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 2 6. LM-80-08 (or latest), IESNA Approved Method for Measuring Lumen Maintenance of LED Light Sources 7. RP-8-00 (or latest), ANSI / IESNA American National Standard Practice for Roadway Lighting 8. RP-16-10 (or latest), ANSI/IES Nomenclature and Definitions for Illuminating Engineering 9. TM-3-95 (or latest), A Discussion of Appendix E - "Classification of Luminaire Lighting Distribution," from ANSI/IESNA RP-8-83 10. TM-15-11 (or latest), Luminaire Classification System for Outdoor Luminaires 11. TM-21-11 (or latest), Projecting Long Term Lumen Maintenance of LED Light Sources F. Institute of Electrical and Electronics Engineers (IEEE) 1. IEEE C62.41.2-2002 (or latest), IEEE Recommended Practice on Characterization of Surges in Low-Voltage (1000 V and less) AC Power Circuits 2. ANSI/IEEE C62.45-2002 (or latest), IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage (1000 V and Less) AC Power Circuits G. National Electrical Manufacturers Association (NEMA) 1. ANSI/NEMA/ANSLG C78.377-2008 (or latest), American National Standard for the Chromaticity of Solid State Lighting Products H. National Fire Protection Association (NFPA) 1. 70 – National Electrical Code (NEC) I. Underwriters Laboratories (UL) 1. 1449, Surge Protective Devices 2. 1598, Luminaires 3. 8750, Light Emitting Diode (LED) Equipment for Use in Lighting Products 1.2. RELATED DOCUMENTS A. Contract Drawings and conditions of Contract (including General Conditions, Addendum to the General Conditions, Special Conditions, Division 01 Specifications Sections and all other Contract Documents) apply to the work of this section. a. See the separate Specification for Adaptive Control and Remote Monitoring of LED Roadway Luminaires for additional driver performance and interface requirements. 1.3. DEFINITIONS A. Lighting terminology used herein is defined in IES RP-16. See referenced documents for additional definitions. 1. Exception: The term “driver” is used herein to broadly cover both drivers and power supplies, where applicable. 2. Clarification: The term “LED light source(s)” is used herein per IES LM-80 to broadly cover LED package(s), module(s), and array(s). 1.4. QUALITY ASSURANCE A. Before approval and purchase, Owner may request luminaire sample(s) identical to product configuration(s) submitted for inspection. Owner may request IES LM-79 testing of luminaire sample(s) to verify performance is within manufacturer-reported tolerances. City of Fort Worth Specification for Residential LED Roadway Luminaires Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 3 B. After installation, Owner may perform IES LM-50 field measurements to verify performance requirements outlined in Appendix A, giving consideration to measurement uncertainties outlined in IES LM-61. 1.5. LIGHTING SYSTEM PERFORMANCE A. Energy Conservation 1. Connected Load a. Luminaires shall have maximum nominal luminaire input wattage as specified for each luminaire type in Appendix A. 2. Lighting Controls a. See separate controls specification identified in section 1.2 above, if applicable. b. See section 2.1-B below for driver control interface and performance requirements. c. See section 2.1-K below for photocontrol receptacle requirements. B. Photometric Requirements 1. Luminaires shall meet the general criteria provided in the body of this specification and the particular criteria for each luminaire type defined in Appendix A. 1.6. REQUIRED SUBMITTALS FOR EACH LUMINAIRE TYPE DEFINED IN APPENDIX A A. General submittal content shall include 1. Completed Appendix E submittal form 2. Luminaire cutsheets 3. Cutsheets for LED light sources 4. Cutsheets for LED driver(s) a. If dimmable LED driver is specified, provide diagrams illustrating light output and input power as a function of control signal. 5. Cutsheets for surge protection device, if applicable 6. Instructions for installation and maintenance 7. Summary of luminaire recycled content and recyclability per the FTC Green Guides, expressed by percentage of luminaire weight B. LM-79 luminaire photometric report(s) shall be produced by the test laboratory and include 1. Name of test laboratory a. The test laboratory must hold National Voluntary Laboratory Accreditation Program (NVLAP) accreditation for the IES LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy’s CALiPER program. For more information, see http://ts.nist.gov/standards/scopes/eelit.htm or www.ssl.energy.gov/test_labs.html. 2. Report number 3. Date 4. Complete luminaire catalog number a. Provide explanation if catalog number in test report(s) does not match catalog number of luminaire submitted i. Clarify whether discrepancy does not affect performance, e.g., in the case of differing luminaire housing color. City of Fort Worth Specification for Residential LED Roadway Luminaires Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 4 ii. If nominal performance of submitted and tested products differ, submit additional LM-79 report(s) and derivation as indicated in Appendix C. 5. Description of luminaire, LED light source(s), and LED driver(s) 6. Goniophotometry C. Calculations and supporting test data per Appendix B indicating a lumen maintenance life of not less than 36,000 operating hours D. Computer-generated point-by-point photometric analysis of maintained photopic light levels as per Appendix A 1. Calculations shall be for maintained values, i.e. Light Loss Factor (LLF) < 1.0, where LLF = LLD x LDD x LATF, and a. Lamp Lumen Depreciation (LLD) i. Shall be 0.95. ii. Shall be the percentage of initial output calculated in section 1.6-C. b. Luminaire Dirt Depreciation (LDD) = 0.90, as per IES DG-4 for an enclosed and gasketed roadway luminaire installed in an environment with less than 150 g/m3 airborne particulate matter and cleaned every four years. c. Luminaire Ambient Temperature Factor (LATF) = 1.00 2. Calculation/measurement points shall be per IES RP-8. E. Summary of reliability testing performed for LED driver(s) F. Written product warranty as per section 1.7 below G. Safety certification and file number 1. Applicable testing bodies are determined by the US Occupational Safety Health Administration (OSHA) as Nationally Recognized Testing Laboratories (NRTL) and include: CSA (Canadian Standards Association), ETL (Edison Testing Laboratory), and UL (Underwriters Laboratory). H. Buy American documentation 1. Manufacturers listed on the current NEMA Listing of Companies Offering Outdoor Luminaires Manufactured in U.S.A. for Recovery Act Projects need only provide a copy of the document. 2. Other manufacturers shall submit documentation as per the DOE Guidance on Documenting Compliance with the Recovery Act Buy American Provisions (http://www1.eere.energy.gov/recovery/buy_american_provision.html). 1.7. WARRANTY A. Provide a minimum ten-year warranty covering maintained integrity and functionality of 1. Luminaire housing, wiring, and connections 2. LED light source(s) a. Negligible light output from more than 10 percent of the LED packages constitutes luminaire failure. 3. LED driver(s) B. Warranty period shall begin 90 days after date of invoice, or as negotiated by owner such as in the case of an auditable asset management system. PART 2 – PRODUCTS 2.1. LUMINAIRE REQUIREMENTS City of Fort Worth Specification for Residential LED Roadway Luminaires Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 5 A. General Requirements 1. Luminaires shall be as specified for each type in Appendix A. 2. Luminaire shall have an external label per ANSI C136.15 3. Luminaire shall have an internal label per ANSI C136.22. 4. Luminaire to have internal label of manufactured date visible when drive compartment opened. 5. Nominal luminaire input wattage shall account for nominal applied voltage and any reduction in driver efficiency due to sub-optimal driver loading. 6. Luminaires shall start and operate in -20°C to +40°C ambient. 7. Electrically test fully assembled luminaires before shipment from factory. 8. Effective Projected Area (EPA) and weight of the luminaire shall not exceed the values indicated in Appendix A. 9. Luminaires shall be designed for ease of component replacement and end-of-life disassembly. 10. Luminaires shall have tool-less entry for access to driver compartment 11. Luminaires shall be a minimum of IP65 rated 12. Luminaires must be available in 4000 K and 3000 K options 13. Luminaires shall be rated for the ANSI C136.31 Vibration Level indicated in Appendix A. 14. LED light source(s) and driver(s) shall be RoHS compliant. 15. Transmissive optical components shall be applied in accordance with OEM design guidelines to ensure suitability for the thermal/mechanical/chemical environment. B. Driver 1. Rated case temperature shall be suitable for operation in the luminaire operating in the ambient temperatures indicated in section 2.1-A above. 2. Shall have a drive current no higher than 700mA 3. Shall accept the voltage or voltage range indicated in Appendix A at 50/60 Hz, and shall operate normally for input voltage fluctuations of plus or minus 10 percent. 4. Shall have a minimum Power Factor (PF) of 0.90 at full input power and across specified voltage range. 5. Control signal interface a. Luminaire types indicated “Required” in Appendix A shall accept a control signal as specified via separate controls specification referenced in section 1.2 above, e.g., for dimming. b. Luminaire types indicated “Not Required” in Appendix A need not accept a control signal. C. Electrical immunity 1. Luminaire shall meet the “Basic” requirements in Appendix D. Manufacturer shall indicate on submittal form (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. 2. Luminaire shall meet the “Elevated” requirements in Appendix D. Manufacturer shall indicate on submittal form (Appendix E) whether failure of the electrical immunity system can possibly result in disconnect of power to luminaire. D. Electromagnetic interference 1. Shall have a maximum Total Harmonic Distortion (THD) of 20% at full input power and across specified voltage range. 2. Shall comply with FCC 47 CFR part 15 non-consumer RFI/EMI standards. City of Fort Worth Specification for Residential LED Roadway Luminaires Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 6 E. Electrical safety testing 1. Luminaire shall be listed for wet locations by an OSHA NRTL. 2. Luminaires shall have locality-appropriate governing mark and certification. F. Painted or finished luminaire components exposed to the environment 1. Shall exceed a rating of six per ASTM D1654 after 1000hrs of testing per ASTM B117. 2. The coating shall exhibit no greater than 30% reduction of gloss per ASTM D523, after 500 hours of QUV testing at ASTM G154 Cycle 6. G. Thermal management 1. Mechanical design of protruding external surfaces (heat sink fins) for shall facilitate hose-down cleaning and discourage debris accumulation. 2. Liquids or other moving parts shall be clearly indicated in submittals, shall be consistent with product testing, and shall be subject to review by Owner. H. IES TM-15 limits for Backlight, Uplight, and Glare (BUG Ratings) shall be as specified for each luminaire type in Appendix A. 1. Calculation of BUG Ratings shall be for initial (worst-case) values, i.e., Light Loss Factor (LLF) = 1.0. 2. If luminaires are tilted upward for calculations in section 1.6-D, BUG Ratings shall be calculated for the same angle(s) of tilt. I. Minimum Color Rendering Index (CRI): 70. J. Correlated Color Temperature (CCT) 1. If nominal CCT specified in Appendix A is listed in Table 1 below, measured CCT and Duv shall be as listed in Table 1. Table 1. Allowable CCT and Duv (adapted from NEMA C78.377) Manufacturer-Rated Nominal CCT (K) Allowable LM-79 Chromaticity Values Measured CCT (K) Measured Duv 2700 2580 to 2870 -0.006 to 0.006 3000 2870 to 3220 -0.006 to 0.006 3500 3220 to 3710 -0.006 to 0.006 4000 3710 to 4260 -0.005 to 0.007 4500 4260 to 4746 -0.005 to 0.007 5000 4745 to 5311 -0.004 to 0.008 5700 5310 to 6020 -0.004 to 0.008 6500 6020 to 7040 -0.003 to 0.009 2. If nominal CCT specified in Appendix A is not listed in Table 1, measured CCT and Duv shall be as per the criteria for Flexible CCT defined in NEMA C78.377. K. The following shall be in accordance with corresponding sections of ANSI C136.37 1. Wiring and grounding a. All internal components shall be assembled and pre-wired using modular electrical connections. 2. Mounting provisions a. Specific configurations are indicated in Appendix A 3. Terminal blocks for incoming AC lines 4. Photocontrol receptacle 5. Latching and hinging 6. Ingress protection City of Fort Worth Specification for Residential LED Roadway Luminaires Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 7 2.2. PRODUCT MANUFACTURERS A. Any manufacturer offering products that comply with the required product performance and operation criteria may be considered. 2.3. MANUFACTURER SERVICES A. Manufacturer or local sales representative shall provide installation and troubleshooting support via telephone and/or email. END OF SECTION City of Fort Worth Specification for Residential LED Roadway Luminaires Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires, Version 1.0 P a g e | 8 APPENDIX A MATERIAL SPECIFICATION LUMINAIRE TYPE “A” EXISTING LUMINAIRE TO BE REPLACED (FOR REFERENCE ONLY) BENCHMARK LUMINAIRE: Lamp wattage and type 100 W HPS/ 150W MH Initial downward luminaire output (lumens below horizontal) -- Light loss factor 0.80 LENS: Flat (“cutoff” style) Sag/drop IES1 FORWARD TYPE: I II III IV V VS IES1 LATERAL TYPE: Very short Short Medium Long Very long PERFORMANCE CRITERIA: LED LUMINAIRE INPUT POWER: Max. nominal luminaire input power 105 W NOMINAL CCT: Rated correlated color temperature 3000 K PHOTOPIC2 DOWNWARD LUMINAIRE OUTPUT: Minimum maintained luminaire output below horizontal CUTOFF CLASSIFICATION Full Cutoff Only VOLTAGE: Nominal luminaire input voltage 120/208/240 V FINISH: Luminaire housing finish color Gray WEIGHT: Maximum luminaire weight 30 lb EPA: Maximum effective projected area 0.7 ft2 MOUNTING: Mtg. method Post-top Side-arm Trunnion/yoke Swivel-tenon Tenon nominal pipe size (NPS) 1-1/4” to 2-3/8” VIBRATION: ANSI test level Level 1 (normal) Level 2 (bridge/overpass) DRIVER: Control signal interface Not required Required Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | B-1 Appendix B Estimating LED Lumen Maintenance IES TM-21 allows for extrapolation of expected lumen maintenance from available test data. The extent of such extrapolation is limited by the duration of testing completed and the number of samples used in the testing. The TM-21 methodology shall be used by the manufacturer to determine lamp lumen depreciation (LLD) at end of lumen maintenance life per section 1.6-C. The applicant may estimate lumen maintenance in one of two ways: Option 1: Component Performance Under this compliance path, the applicant must submit calculations per TM-21 predicting lumen maintenance at the luminaire level using In Situ Temperature Measurement Testing (ISTMT) and LM-80 data. To be eligible for the Component Performance option, ALL of the conditions below must be met. If ANY of the conditions is not met, the component performance option may not be used and the applicant must use Option 2 for compliance. 1. The LED light source(s) have been tested according to LM-80. 2. The LED drive current specified by the luminaire manufacturer is less than or equal to the drive current specified in the LM-80 test report. 3. The LED light source(s) manufacturer prescribes/indicates a temperature measurement point (TS) on the light source(s). 4. The TS is accessible to allow temporary attachment of a thermocouple for measurement of in situ temperature. Access via a temporary hole in the housing, tightly resealed during testing with putty or other flexible sealant is allowable. 5. For the hottest LED light source in the luminaire, the temperature measured at the TS during ISTMT is less than or equal to the temperature specified in the LM-80 test report for the corresponding drive current or higher, within the manufacturer’s specified operating current range. a. The ISTMT laboratory must be approved by OSHA as a Nationally Recognized Testing Lab (NRTL), must be qualified, verified, and recognized through DOE’s CALiPER program, or must be recognized through UL’s Data Acceptance Program. b. The ISTMT must be conducted with the luminaire installed in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires), with bird-fouling appropriately simulated (and documented by photograph) as determined by the manufacturer. Option 2: Luminaire Performance Under this compliance path, the applicant must submit TM-21 calculations based on LM-79 photometric test data for no less than three samples of the entire luminaire. Duration of operation and interval between photometric tests shall conform to the TM-21 criteria for LED light sources. For example, testing solely at 0 and 6000 hours of operation would not be adequate for the purposes of extrapolation. Between LM-79 tests, the luminaire test samples must be operated long-term in the appropriate application as defined by ANSI/UL 1598 (hardwired luminaires). The test laboratory must hold Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | B-2 NVLAP accreditation for the LM-79 test procedure or must be qualified, verified, and recognized through the U.S. Department of Energy (DOE)’s CALiPER program. The extent of allowable extrapolation (either 5.5 or 6 times the test duration) depends on the total number of LED light sources (no less than 10 and preferably more than 19) installed in the luminaire samples, as per TM-21. This compliance path poses a greater testing burden to luminaire manufacturers but incorporates long-term testing of other components in the system, such as drivers. Under either compliance path, values used for extrapolation shall be summarized per TM-21 Tables 1 and 2. Submitted values for lumen maintenance lifetime and the associated percentage lumen maintenance shall be “reported” rather than “projected” as defined by TM-21. Supporting diagrams are requested to facilitate interpretation by Owner. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | C-1 APPENDIX C PRODUCT FAMILY TESTING LM-79 AND ISTMT It is recognized that due to the time and cost required for product testing, it would not be realistic to expect manufacturers offering a multitude of unique luminaire configurations to test every possible configuration. Therefore, the “product families” method may be utilized for LM-79 and ISTMT, whereby manufacturers identify a set of representative products for which test data can be used to demonstrate the accuracy of interpolated or extrapolated performance of product configurations lacking test data. Precedent for this approach can be found in LM-80. If the particular luminaire configuration submitted has not been tested, the performance may be conservatively represented by test data for another luminaire configuration having: The same intensity distribution (typically only applies to LM-79) The same or lower nominal CCT The same or higher nominal drive current The same or greater number of LED light source(s) The same or lower percentage driver loading and efficiency The same or smaller size luminaire housing. A more accurate estimate of performance can be obtained by linear interpolation between two or more tests differing in terms of the six parameters listed above. For example, consider a hypothetical luminaire offered in a single size housing, and having the following parameters: Three intensity distributions: IES Type II, III, or IV Three CCTs: 4000, 5000, and 6000K Three drive currents: 350, 525, and 700 mA Four LED quantities: 20, 40, 60, or 80 LEDs. Table C.1 illustrates a set of tests which could allow for accurate interpolation between tested configurations, given a single luminaire housing size and essentially constant driver efficiency; these 10 tests may provide representative data for the 108 possible product configurations. Note that normalized intensity distribution must not be affected by the other three parameters. Table C.1. Representative testing of a single luminaire housing size Tests Intensity distribution (IES Type) CCT (K) Drive current (mA) # of LEDs 1, 2, 3 II, III, IV 4000 700 80 4, 5 IV 5000, 6000 700 80 6, 7 IV 4000 325, 525 80 8, 9, 10 IV 4000 700 20, 40, 60 For example, the manufacturer could detail interpolation as shown in Table C.2, applying the following multipliers to the base test #2 to model a configuration with Type III intensity distribution, 5000K CCT, 525 mA drive current, and 40 LEDs: Ratio of test #4 lumens to test #3 lumens Ratio of test #7 lumens to test #3 lumens Ratio of test #9 lumens to test #3 lumens. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | C-2 Table C.2. Multipliers for Test #2 to yield: Type III , 5000K, 525mA, 40 LEDs Test # Intensity distribution (IES Type) CCT (K) Drive current (mA) # of LEDs Multiplier (lumens ratio) 2 III 4000 700 80 n/a 3 IV 4000 700 80 n/a 4 IV 5000 700 80 #4 / #3 7 IV 4000 525 80 #7 / #3 9 IV 4000 700 40 #9 / #3 Interpolation between minimal LM-79 and ISTMT data is more difficult if housing size increases with increasing wattage; it may not be clear whether the lowest-wattage configuration would be expected to “run cooler” than the highest-wattage configuration. In these circumstances, the adequacy of submitted data is subject to Owner approval. At this time, the “successor” method cannot be used; luminaires tested must utilize the LED light source(s) characterized by the submitted LM-80 report. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | D-1 APPENDIX D ELECTRICAL IMMUNITY Test Procedure Electrical Immunity Tests 1, 2 and 3, as defined by their Test Specifications, shall be performed on an entire powered and connected luminaire, including any control modules housed within the luminaire, but excluding any control modules mounted externally, such as a NEMA socket connected photo-control. A shorting cap should be placed across any such exterior connector. The luminaire shall be connected to an AC power source with a configuration appropriate for nominal operation. The AC power source shall have a minimum available short-circuit current of 200A. The luminaire shall be tested at the nominal input voltage specified in Appendix A, or at the highest input voltage in the input voltage range specified in Appendix A. Electrical Immunity test waveforms shall be superimposed on the input AC power line at a point within 6 inches (15cm) of entry into the luminaire using appropriate high-voltage probes and a series coupler/decoupler network (CDN) appropriate for each coupling mode, as defined by ANSI/IEEE C62.45-2002. The test area for all tests shall be set up according to ANSI/IEEE C62.45- 2002, as appropriate. Prior to electrical immunity testing a set of diagnostic measurements shall be performed, and the results recorded to note the pre-test function of the luminaire after it has reached thermal equilibrium. These measurements should include at a minimum: a) For all luminaires, Real Power, Input RMS Current, Power Factor and THD at full power/light output b) For luminaires specified as dimmable, Real Power, Input RMS Current, Power Factor and THD at a minimum of 4 additional dimmed levels, including the rated minimum dimmed level Tests shall be applied in sequential order (Test 1, followed by Test 2, followed by Test 3). If a failure occurs during Test 3, then Test 3 shall be re-applied to a secondary luminaire of identical construction. Following the completion of Tests 1, 2, and 3, the same set of diagnostic measurements performed pre-test should be repeated for all tested luminaires, and the results recorded to note the post-test function of the luminaire(s). A luminaire must function normally and show no evidence of failure following the completion of Test 1 + Test 2 + Test 3 (for a single tested luminaire), or the completion of Test 1 + Test 2 on a primary luminaire and Test 3 on a secondary luminaire. Abnormal behavior during testing is acceptable. A luminaire failure will be deemed to have occurred if any of the following conditions exists following the completion of testing: a) A hard power reset is required to return to normal operation b) A noticeable reduction in full light output (e.g. one or more LEDs fail to produce light, or become unstable) is observed c) Any of the post-test diagnostic measurements exceeds by ±5% the corresponding pre-test diagnostic measurement. d) The luminaire, or any component in the luminaire (including but not limited to an electrical connector, a driver, a protection component or module) has ignited or shows evidence of Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | D-2 melting or other heat-induced damage. Evidence of cracking, splitting, rupturing, or smoke damage on any component is acceptable. Test Specifications NOTE: L1 is typically “HOT”, L2 is typically “NEUTRAL” and PE = Protective Earth. Test 1) Ring Wave: The luminaire shall be subjected to repetitive strikes of a “C Low Ring Wave” as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.1. Prior to testing, the ring wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high-frequency currents shall be used to measure test waveform currents. Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.1: 0.5 µS – 100Hz Ring Wave Specification Parameter Test Level/Configuration Short Circuit Current Peak 0.5 kA Open Circuit Voltage Peak 6 kV Source Impedance 12 Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90° and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Test 2) Combination Wave: The luminaire shall be subjected to repetitive strikes of a “C High Combination Wave” or “C Low Combination Wave”, as defined in IEEE C62.41.2-2002, Scenario 1, Location Category C. The test strikes shall be applied as specified by Table D.2. The “Low” test level shall be used for luminaires with Basic Electrical Immunity requirements, while the “High” test level shall be used for luminaires with Elevated Electrical Immunity requirements. Prior to testing, the combination wave generator shall be calibrated to simultaneously meet BOTH the specified short circuit current peak and open circuit voltage peak MINIMUM requirements. Note that this may require that the generator charging voltage be raised above the specified level to obtain the specified current peak. Calibrated current probes/transformers designed for measuring high-frequency currents shall be used to measure test waveform currents. Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | D-3 Test waveform current shapes and peaks for all strikes shall be compared to ensure uniformity throughout each set (coupling mode + polarity/phase angle) of test strikes, and the average peak current shall be calculated and recorded. If any individual peak current in a set exceeds by ±10% the average, the test setup shall be checked, and the test strikes repeated. Table D.2: 1.2/50µS – 8/20 µS Combination Wave Specification Parameter Test Level/ Configuration 1.2/50 µS Open Circuit Voltage Peak Low: 6 kV High: 10kV 8/20 µS Short Circuit Current Peak Low: 3 kA High: 10kA Source Impedance 2 Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity and Phase Angle Positive at 90° and Negative at 270° Test Strikes 5 for each Coupling Mode and Polarity/Phase Angle combination Time Between Strikes 1 minute Total Number of Strikes = 5 strikes x 4 coupling modes x 2 polarity/phase angles = 40 total strikes Test 3) Electrical Fast Transient (EFT): The luminaire shall be subjected to “Electrical Fast Transient Bursts”, as defined in IEEE C62.41.2 -2002. The test area shall be set up according to IEEE C62.45-2002. The bursts shall be applied as specified by Table D.3. Direct coupling is required; the use of a coupling clamp is not allowed. Table D.3: Electrical Fast Transient (EFT) Specification Parameter Test Level/ Configuration Open Circuit Voltage Peak 3 kV Burst Repetition Rate 2.5 kHz Burst Duration 15 mS Burst Period 300 mS Coupling Modes L1 to PE, L2 to PE, L1 to L2 Polarity Positive and Negative Test Duration 1 minute for each Coupling Mode and Polarity combination Total Test Duration = 1 minute x 7 coupling modes x 2 polarities = 14 minutes Adapted from the DOE MSSLC Model Specification for LED Roadway Luminaires P a g e | E-1 APPENDIX E PRODUCT SUBMITTAL FORM Luminaire Type1 Manufacturer Model number Housing finish color Tenon nominal pipe size (inches) Nominal luminaire weight (lb) Nominal luminaire EPA (ft2) Nominal input voltage (V) ANSI vibration test level Level 1 (Normal) Level 2 (bridge/overpass) Nominal BUG Ratings Make/model of LED light source(s) Make/model of LED driver(s) Dimmability Dimmable Not dimmable Control signal interface Upon electrical immunity system failure Possible disconnect No possible disconnect Thermal management Moving parts No moving parts Lumen maintenance testing duration (hr) Reported lumen maintenance life (hr) 2 Warranty period (yr) Parameter Nominal value Tolerance (%) Initial photopic output (lm) Maintained photopic output (lm) Lamp lumen depreciation Initial input power (W) Maintained input power (W) Initial LED drive current (mA) Maintained LED drive current (mA) Drive current used In-situ LED Tc (°C) CCT (K) Additional product description 1 See Appendix A, and attach supporting documentation as required. 2 Value shall be no less than as specified in section 1.6-C, and shall not exceed six times the testing duration indicated in the row above. Value shall be consistent with values submitted in the rows below for maintained light output, maintained input power, and maintained drive current. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water, Sanitary Sewer, Paving, Storm Drain & Street Light Improvements for EMS ISD HS #4 CPN 103535 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements APPENDIX GC‐4.02 Subsurface and Physical Conditions Eagle Mountain - Saginaw Independent School District HIGH SCHOOL Geotechnical Engineering Report Fugro Project No. 04.00184087 July 12, 2021 Eagle Mountain - Saginaw Independent School District FUGRO USA LAND, INC. 3011 Red Hawk Drive Grand Prairie, Texas 75052 +1 (972) 484 8301 Eagle Mountain - Saginaw Independent School District 1200 N. Old Decatur Road Saginaw, Texas 76179 July 12, 2021 Attention: Mr. Clete Welch E: cwelch@ems-isd.net P: (817) 306-0854 ext. 6206 GEOTECHNICAL ENGINEERING REPORT HIGH SCHOOL SWC OF BONDS RANCH ROAD AND CEDAR GROVE LANE FORT WORTH, TEXAS Dear Mr. Welch, Fugro USA Land, Inc. (Fugro) is pleased to present this geotechnical engineering report for the above referenced project. This study was performed in accordance with Fugro Proposal No. 04.00184087, dated February 2, 2021. This report presents the results of our subsurface exploration, laboratory testing, geotechnical engineering analysis, and recommendations for the proposed project. We appreciate the opportunity to be of assistance on this project. Please contact us if you have any questions. Very truly yours, FUGRO USA LAND, INC. TBPE Firm Registration No. F-299 Saif Bin Salah, P.E. Nasir Syed, P.E. Senior Staff Engineer Principal Geotechnical Engineer Segu I. Ifham, PE Geotechnical Engineering Manager Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page i Executive Summary This report presents the results of a geotechnical engineering study performed for the proposed Eagle Mountain – Saginaw Independent School District high school in Fort Worth, Texas. The subsurface conditions of the site were explored by drilling and sampling 162 soils borings, and laboratory testing on selected samples. The results of the study indicate the site is suitable for the proposed development. Expansive soils are present at the site. The potential vertical movement (PVM) is estimated to be about 2 to 3½ inches. Subgrade treatment will be required to reduce the soil movements. Placement of fill up to 17 feet is planned. Settlement of fill material exceeding 10 feet is a concern. We recommend the use of on-site crushed tan limestone, low plastic clay, or select fill material below a depth of 10 feet to raise grades over 10 feet in areas of floor slabs constructed on grade. Construction of grade supported structures on top of the fill should be delayed until tolerable settlements are reached. Alternatively, structurally suspended slabs or preloading can be considered. Mixed-floor systems are being considered for the Academics Building with portions of the building’s lower-level floor consisting of structural slab and slab-on-grade. The Athletics Building, Cafeteria, and Fine Arts Building will have abutting floors. A similar strategy of mixed floor systems is also being considered for the Athletics Building, Cafeteria, and Fine Arts Building. Mixed floor systems have the inherent risk of differential floor slab movement between adjacent elements and would therefore require careful monitoring during construction as well as a careful review of the design drawings. This report provides recommendations for three types of foundations: 1. Straight shaft drilled piers 2. Shallow footing 3. Slab on grade type foundation The proposed structures will be subjected to movements due to volume changes of the underlying soils. The most appropriate foundation system for the proposed additions would consist of straight shaft drilled piers in conjunction with a structurally suspended floor slab system. We recommend load tests be performed on at least two drilled shafts to evaluate the design parameters and to optimize the foundation depth. Shallow footings and slab-on-grade types of foundation are appropriate for structures that can tolerate higher ground movement. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page ii Structural slab with crawl space or carton forms is recommended if floor slab movements are to be limited to that of foundation. At the risk of experiencing some soil-related movements, a ground supported floor slab system could be considered as an alternate to suspended floor slab. We include this executive summary to provide a very brief presentation of some of the key recommendations of this report. It is by no means intended to be a comprehensive or stand-alone representation of the findings of our study. The full text of the report and the attached appendices contain important information which the reader should use to come to more informed conclusions about the information presented herein. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page iii Contents 1. Introduction 1 1.1 Project Description 1 1.2 Scope of Service 2 2. Subsurface Conditions 3 2.1 Geology 3 2.2 Stratigraphy 3 2.3 Groundwater 4 3. Engineering Analysis and Recommendations 6 3.1 Expansive Soils 6 3.2 Seismic Design Parameters 7 3.3 Fill Settlement 7 3.3.1 Academics Building, Athletics Building, Cafeteria, and Fine Arts Building 7 3.3.2 Football/Soccer Stadium Building 9 3.3.3 Guard Shacks, Restrooms and Concessions 9 3.3.4 Tennis Courts 9 3.3.5 Field and Track Areas 10 3.3.6 Retaining Walls 10 3.3.7 Fills in Pavement and Nonstructural Areas 10 3.4 Settlement Monitoring 10 3.5 Buried Utility Lines 10 3.6 Foundation Systems 11 3.7 Straight Shaft Drilled Piers 11 3.7.1 Axial Load Design 11 3.7.2 Soil Induced Uplift Pressure 12 3.7.3 Lateral Load 12 3.7.4 Construction 13 3.7.5 Pile Load Testing 14 3.8 Grade Beams and Pier Caps 14 3.9 Stiffened Slab-on-Grade Foundations 15 3.9.1 Subgrade Preparation 15 3.9.2 Design Parameters 16 3.10 Floor Slab Systems 16 3.10.1 Suspended Floor Slab Systems 17 3.10.2 Ground Supported Floor Slabs 17 3.10.3 Basement Floor Slabs 18 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page iv 3.11 Flatwork Considerations 18 3.12 Retaining Walls 19 3.12.1 Bearing Capacity 20 3.12.2 Retaining Wall Stability 20 3.12.3 Additional Testing 21 3.12.4 Retaining Wall Footing Construction 21 3.12.5 Backfill Materials 21 3.12.6 Lateral Earth Pressure 22 3.12.7 Backfill Settlement 23 3.12.8 Wall Drainage 23 3.13 Pavements 24 3.13.1 Subgrade Preparation 24 3.13.2 Pavement Design Parameters 24 3.13.3 Pavement Sections 25 3.14 Earthwork 27 3.14.1 Site and Subgrade Preparation 27 3.14.2 Fill Material Requirements 27 3.14.3 Placement and Compaction 28 3.14.4 Quality Control and Field Testing 29 3.15 Site Grading, Drainage, and Landscaping 29 4. Limitations 31 List of Plates 33 Appendices Appendix A – Site Plans Appendix B – Field Exploration Appendix C – Laboratory Testing Appendix D – Slope Stability Analysis Tables Table 1: Summary of Proposed Structures 1 Table 2: Anticipated Cuts and Fills for Site Grading 2 Table 3: Depth to Bedrock from Existing Grades 3 Table 4: 24-Hour Groundwater Readings 5 Table 5: Swell Potential 6 Table 6: Design PVM 6 Table 7: Straight Shaft Drilled Pier Design Parameters 11 Table 8: Lpile Input Parameters for Soil and Weathered Limestone 13 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page v Table 9: Lpile Input Parameters for Rock Bearing Stratum 13 Table 10: Minimum Carton Form Thickness 15 Table 11: Post-Tensioned Slab Design Parameters for Tennis Court 16 Table 12: Planned Retaining Walls 19 Table 13: Minimum Recommended Embedment and Heel Extension Behind Stem of Retaining Walls 20 Table 14: Recommended Lateral Earth Pressures – Level Backfill 22 Table 15: Recommended Lateral Earth Pressures – 2H:1V Backfill Slope 22 Table 16: Pavement Design Parameters 25 Table 17: Pavement section thickness for Public Roads 25 Table 18: Asphalt Pavement Section Thickness for Parking Lots and Drives 26 Table 19: Concrete Pavement Section Thickness for Parking Lots and Drives 26 Table 20: Fill Materials 27 Table 21: Compaction Criteria 28 Table 22: Summary of Borings 36 Table 23: Swell Test Results 41 Table 24: Sulfate Test Results 42 Table 25: pH Test Results 42 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 1 1. Introduction This report presents the results of a geotechnical engineering study performed for the proposed high school in Fort Worth, Texas. 1.1 Project Description The project includes the construction of a high school campus in the southwest corner of Bonds Ranch Road and Cedar Grove Lane in Fort Worth, Texas. The general location of the site is shown on Plate A-1, Vicinity Map, in Appendix A. The campus will include an academic/ library/ administration building, an athletic building, a cafeteria, a fine arts building, a football stadium, a stadium fieldhouse, tennis courts, a baseball field, a softball field, parking lots, drives, and other miscellaneous structures. The academic building will include a library and an administration area. The athletics building will include a tornado shelter, and the football stadium will include field tracks. The site paving will consist of parking lots, access roads, truck lanes, and fire lanes. The proposed structures and estimated column loads are summarized in Table 1. Table 1: Summary of Proposed Structures Structure Footprint Area (sq. ft.) No. of Stories above Grade No. of Below- Grade Levels Estimated Column Load (kips) Academic Building 95,000 2 to 3 1 450 Athletics Building 109,000 1 to 2 None 400 Cafeteria 26,000 1 None 260 Fine Arts Building 76,000 2 None 385 Football Stadium 99,000 2 bleacher levels None 560 Stadium Fieldhouse 73,000 1 to 2 None 385 Monuments, Concessions, Guard Shacks Varies 1 None 100 Retaining Walls Varies 1 None 100 The project site is an undeveloped vacant land. Based on the Overall Grading Plan (Sheet No. C1.04) dated March 16, 2021, furnished by the client, the existing elevations at the site varied between 788 and 845 feet. Retaining walls up to about 17 feet high are anticipated based on the proposed site grading. Grading plans indicate maximum cut and fill of about 17 feet and 18 feet, respectively, from the existing ground. The Academics building will have a partial basement with a finished floor elevation of 523.5 feet and final grade around the building ranging from elevation 520 to 538 feet. The Academic Building will have a structural floor slab over crawlspace. The ground level floor of the Athletics Building, Cafeteria, and Fine Arts Building will have a structural floor slab on void space. Slab-on-grade construction will also be considered for these buildings. The proposed structures are identified on the layouts on Plates A-2 and A-3. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 2 Grading plans furnished by the client is presented on Plate A-4. Grading plans indicate maximum cut and fill depths of about 17 feet and 18 feet, respectively. Maximum cut and fill depths for construction of the building pads and in areas of other structural elements are summarized in Table 2. Table 2: Anticipated Cuts and Fills for Site Grading Structure Maximum Cut Maximum Fill Academic/Library/Administration Building 10 feet 13 feet Athletics/Cafeteria/Fine Arts Building 5 feet 16 feet Stadium Fieldhouse and Football/Soccer/Tracks Stadium 2 feet 17 feet Football, Baseball, Softball, and Practice Fields 17 feet 10 feet Tennis Courts 5 feet 3 feet Concession, Guard Shack, Sign, and Monument Structures 6 feet 12 feet Band Tower - 11 feet Parking Lots and Driveways 12 feet 11 feet City Access Roads 2 feet 2 feet Retaining Walls 6 feet 15 feet 1.2 Scope of Service The purpose of this study is to evaluate the subsurface conditions at the project site and to develop geotechnical recommendations for design and construction of the proposed project. Our scope of service included: 1. Drilling and sampling 162 borings to evaluate the soil, rock, and groundwater conditions and performing laboratory tests. 2. Developing geotechnical recommendations for mass grading earthwork construction including suitable fill soils and their placement and compaction in football, baseball and softball fields, tennis courts, building areas, pavement areas, and landscape and other nonstructural areas. 3. Developing geotechnical recommendations for building foundations including foundation types, bearing capacity, and building floor construction based on the subsurface stratigraphy and grading requirements. 4. Developing geotechnical recommendations for building pads to limit potential slab-on-grade movements to about 1 inch. 5. Developing recommendations for pavement design for the different types of vehicular traffic for drive and parking pavements. 6. Developing geotechnical recommendations for design and construction of retaining and basement walls including bearing capacity, coefficient of sliding resistance, lateral earth pressure coefficients and equivalent fluid pressures for active and at-rest earth conditions, wall backfill materials, and drainage requirements. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 3 2. Subsurface Conditions 2.1 Geology Based on a review of available published geological maps, the site is located within the undivided Fort Worth Limestone and Duck Creek formation of Cretaceous Age. Fort Worth Limestone is a fossiliferous limestone with interbedded shale. The Duck Creek formation is mostly an interbedded mixture of marl and marly limestone, transitioning to a gray to greenish gray marly or shaley limestone. The thickness of the Fort Worth Limestone and Duck Creek Formation is estimated to be approximately 100 feet. A geologic map of the project site is presented in Plate A-5. 2.2 Stratigraphy The subsurface materials encountered in each of the borings are presented on Plates B-1 through B-162, Boring Logs, in Appendix B. The stratification boundaries shown on the field logs represent the approximate depths of the changes in the soil and rock types. The indicated stratification boundaries are estimated based on visual observations during drilling at the boring locations. The actual field transition between material types may be gradual and indistinct. Terms and symbols used on the field logs are presented on Plates B-163 and B-164 of Appendix B. The overburden soils in the borings consisted of fat and lean residual clays to depths up to 11 feet overlying tan weathered limestone. The overburden clays generally extended to depths of 1 foot to 12 feet at the boring locations. The limestone bedrock in the borings consisted of tan weathered limestone with interbedded shale seams and layers. Depth to tan and gray limestone/shale bedrock encountered in the borings are summarized in Table 3. Table 3: Depth to Bedrock from Existing Grades Structure/Facility Borings Depth to Tan Weathered Limestone (ft.) Depth to Gray Limestone/ Gray Shale (ft.) Parking Lots and Drives B-1 through B-37 1-8 - Access Roads in the City Right of Way B-38 through B-50 2-11 12-14 Field and Track Areas B-51 through B-70 1-9 11-14 Tennis Court B-71 through B-74 4-8 12 Retaining Walls B-75 through B-92 3-6 9-14 Monument Signs, Concessions, Guard, Shacks, Dugouts B-93 through B-104 and B-161 0-11 9-17 Cafeteria, Fine Arts and Athletics Building B-105 through B-121, B- 157 and B-162 0-4 10-19 Football Stadium B-122 through B-136 1-10 12-18 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 4 Structure/Facility Borings Depth to Tan Weathered Limestone (ft.) Depth to Gray Limestone/ Gray Shale (ft.) Stadium Fieldhouse B-137 through B-146 2-4 11-16 Academic, Library and Admin Building B-147 through B-156, B- 158 and B-159 2-10 11-18 Band Tower B-160 2 12 Fence diagrams along various sections of the proposed building and stadium structures are presented on Plates B-165 through B-167. Subsurface soil conditions generally encountered in the borings are grouped into three distinct strata as described in the following paragraphs. Stratum 1 – Fat Clays: The upper residual fat clays are generally dark brown in color and are moderately to highly plastic exhibiting liquid limits ranging from 51 to 57 and plasticity indices (PIs) ranging from 25 to 35. Highly plastic clays exhibiting liquid limits ranging from 65 to 80 and PIs ranging from 39 to 50 were encountered in the upper three (feet) at Borings B-7, B-18, B-20, B-45, B48, and B-137, and in the deeper interbedded shaley clay layers at Borings B-25 and B-30. The dark brown fat clays were generally encountered to depths ranging from 1 to 3 feet at the boring locations. Stratum 2– Lean Clays: The lean clays are generally brown to light brown and tan in color and underlie the upper fat clays, where present, and extend to the top of the limestone bedrock. The lean clays are moderately plastic exhibiting liquid limits ranging from 26 to 48 and plasticity indices (PIs) ranging from 9 to 30. Stratum 3 – Limestone: Tan weathered limestone overlying the gray limestone formation. The tan and gray limestone strata are interbedded with shale seams and layers. 2.3 Groundwater The borings were initially drilled using dry auger procedures to observe the depth of groundwater seepage at the time of exploration. Groundwater seepage was encountered in Borings B-100 and B-107 at depths of 6 feet (elevation 802 feet) and 26 feet (elevation 791 feet), respectively, during drilling. Groundwater seepage during drilling was not encountered in other borings. Groundwater was also observed after 24 hours of drilling at select boring locations. The 24-hour water levels were encountered only in Borings B-100 and B-107 at depths of 4 feet (elevation 804 feet) and 19 feet (elevation 98 feet), respectively. A summary of the 24-hour groundwater readings is presented in Table 4. . Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 5 Table 4: 24-Hour Groundwater Readings Boring Number Depth (Elevation) B-100 4 feet (804 feet) B-107 19 feet (798 feet) B-119 Dry B-127 Dry B-132 Dry B-138 Dry B-154 Dry It is not possible to predict the magnitude of subsurface water fluctuations based upon short-term observations. The groundwater flow quantities depend on local permeability, seasonal rainfall conditions, and other factors. Future construction activities may also alter the surface and subsurface drainage characteristics of this site. In our experience, groundwater is often observed to fluctuate at shallow depths in the overlying soils during and after periods of wet weather. If a noticeable change from the conditions is observed prior to construction, we should be notified immediately to review its effect on the design recommendations. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 6 3. Engineering Analysis and Recommendations 3.1 Expansive Soils Overburden clay soils encountered in the borings exhibited liquid limits ranging between 26 to 80 and plasticity indices ranging between 9 and 50. Swell tests performed on selected clay samples exhibited potential swell of 0.4 to 8.0 percent when permitted free access to water at the in-situ moisture conditions and under the approximate existing overburden pressure. Therefore, the on- site clays are considered potentially expansive. Potential vertical movement (PVM) of the surficial clay soils was estimated using swell test results and Texas Department of Transportation (TxDOT) Method Tex-124-E. Swell test results are based on the in-situ moisture profile of the subsurface soils at the time of our field and laboratory testing. TxDOT Method Tex-124-E is empirical, and the estimate is based on index test results. The calculated range of swell potentials for the proposed structures are tabulated below. Table 5: Swell Potential Structure/Facility Estimated PVM (inch) Academic, Library and Admin Building 1½ to 2 Cafeteria, Fine Arts and Athletics Building 1½ to 2 Football Stadium, Stadium Field House, Football Field and Track 3 to 3½ Baseball, Softball and Practice Field 3 to 3½ Tennis Court 3½ Monuments, Concessions, Guard shacks and Dugouts ½ to 2 Retaining Walls 1 to 2 The PVM will depend on the moisture content and depth to active soils within the zone of moisture changes. The drier and the deeper the expansive soil is, the higher PVM will be. Considerably more movements greater than the estimation will occur in areas where ponding of water is allowed to occur at the ground surface. For this reason, water should not be allowed to pond adjacent to the building during or after construction. For the purpose of the design of soil supported slabs and utility lines, the following design PVMs can be considered if the subgrade is not improved. Table 6: Design PVM Structure/Facility Design PVM (inch) Academic, Library and Admin Building 2 Cafeteria, Fine Arts and Athletics Building 2 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 7 Structure/Facility Design PVM (inch) Football Stadium, Stadium Field House, Football Field and Track 3½ Baseball, Softball and Practice Field 3½ Tennis Court 3½ Monuments, Concessions, Guard Shacks and Dugouts 2 Retaining Walls 2 3.2 Seismic Design Parameters Based on the conditions encountered in the borings, and in accordance with Section 1613 Earthquake Loads of the 2015 International Building Code. (IBC), Seismic Site Class C is recommended for this site. We also recommend a design spectral acceleration of 0.075g for short period (SDS) and 0.056g for 1 second period (SD1). 3.3 Fill Settlement Based on the grading plans provided by client, we understand that fill of up to 17 feet will be placed to raise the grades. We performed one-dimensional consolidation tests on selected soil samples to characterize the compressibility characteristics of onsite soils. The results of the tests are presented on Plates C-8 and C-9 in Appendix C. Properly constructed fills typically settle between 1% and 3% of the fill height. Estimated fill settlement in the building areas as well as the subgrade preparation recommendations are discussed in the following report sections. 3.3.1 Academics Building, Athletics Building, Cafeteria, and Fine Arts Building Mixed-floor systems are being considered for the Academics Building with portions of the building’s lower-level floor consisting of structural slab and slab-on-grade. Mixed floor systems have the inherent risk of differential floor slab movement between adjacent elements and would therefore require careful monitoring during construction as well as a careful review of the design drawings. We understand that portion of the building floor slab on fills exceeding about 10 feet will be structural slab and the remaining slab will be constructed on grade. The Athletics Building, Cafeteria, and Fine Arts Building will have abutting floors. A similar strategy of mixed floor systems is also being considered for these buildings. We understand the abutting slab-on-grade floor will have a structural (dowelled) joint with the abutting structural floor system to reduce the differential movement. Fills up to 18 feet and cuts up to 10 feet are anticipated in the building areas. We estimate a total post-construction settlement of about 2 to 6 inches for fill heights between 10 and 18 feet and about 2 to 4 inches for fills up to about 10 feet. The following subgrade preparation procedure is recommended in the Academics Building, Athletics Building, Cafeteria, Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 8 and Fine Arts Building areas to limit the post-construction subgrade vertical movement to about 1 inch in the slab-on-grade portion of the building pad. 1. Excavate the building pad to a depth of 10 feet below the finished floor level or to top of the tan limestone formation, whichever occurs first. The excavation should extend at least 5 feet beyond the building lines. 2. The excavated subgrade should be inspected by a representative of the Geotechnical Engineer of Record to ensure the exposed subgrade consists of very stiff to hard subgrade clays exhibiting hand penetrometer readings of at least 3.0 tsf. Additional over-excavation will be required to very stiff to hard subgrade clay layers in areas where less stiff clays, exhibiting a hand penetrometer of less than 3.0 tsf, are encountered. 3. Placement and compaction of all fill materials should adhere to the guidelines provided in Section 3.14 of this report. 4. Fill soils in the building pads should consist of on-site clays or their equal having a liquid limit (LL) of less than 50 and a plasticity index (PI) between 15 and 35 to a depth of 10 feet. 5. Deeper fills (more than 10 feet below finished level) should consist of processed crushed tan limestone, select fill, or similar soils having a liquid limit of less than 35 and a PI between 5 and 15. 6. It may take about 2 to 5 months for the fill pad to have about 1 inch of remaining consolidation settlement. Preloading of the building pad by a surcharge of 600 to 1000 psf for about 4 to 6 weeks is anticipated to allow achieving a remaining consolidation settlement of about 1 inch in the building pad. A surcharge of about 600 psf, equivalent to about 5.5 feet of soil, is anticipated where fills extend to depths between 10 and 13 feet. A surcharge of about 1000 psf, equivalent to about 9 feet of soil, is anticipated where fills extend to depths between 13 and 17 feet. 7. The preloading surcharge should be placed in maximum 10-inch loose lifts and compacted to at least 90% maximum dry density at a moisture content within +3% of the optimum moisture with sides laid at 1.5H:1V or flatter slopes. 8. Mixed-floor systems have the inherent risk of differential floor slab movement between adjacent elements. We therefore recommend that fill settlement should be monitored in all areas of building pads receiving over 6 feet of fill for trends indicating a post-construction settlement of about 1 inch, and to make any adjustments to the amount of surcharge load as well as the duration if needed. The settlement monitoring should be performed as soon as possible following placement of fill material in a portion of the building pad. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 9 9. Preloading of building pads having less than 10 feet of fill is not expected to be required. However, preloading surcharge should be required, even in areas receiving less than 10- foot fills, where early settlement monitoring data indicate over 1-inch remaining settlement about 6 weeks after construction. 3.3.2 Football/Soccer Stadium Building Concourse level of the football/soccer stadium building will require fills ranging from 2 to 17 feet. We estimate a total post-construction settlement of up to about 6 inches where fills extend about 17 feet. The concourse level floor slab will be a slab-on-grade. The subgrade preparation procedure recommended in the above Section 3.3.1 should be followed to limit the post- construction subgrade vertical movement to about 1 inch. All structural loads will be supported by drilled shaft foundations. However, cast-in-place reinforced concrete retaining walls on shallow footings are being considered for the lower-level seating. The fill pad in the area of the retaining wall footings, extending at least 3 feet beyond the footing toe and heel, should be completed to the footing level and preloaded with a surcharge of 120% of the estimated uniform footing pressure for about 4 to 6 weeks to achieve a remaining consolidation settlement of 1 inch. The amount of surcharge may be reduced to 60% of the estimated footing pressure where fills extend less than 10 feet below the footing bottom. A surcharge is not expected to be required where fills extend less than 5 feet below the footing bottom. Settlement monitoring should be required. The preloading surcharge may be removed and retaining wall constructed when the settlement data indicate a remaining consolidation settlement of about 1 inch in the fill pad. 3.3.3 Guard Shacks, Restrooms and Concessions All proposed guard shacks, restrooms, and concessions at this project will have a slab-on-grade where fill heights are up to 10 feet and a structural floor slab on void where fill heights exceed 10 feet. Fills up to 12 feet are anticipated in these building areas. The finished floor of these buildings should be at least 6 inches higher than the adjacent grade to prevent tripping hazards and sticking doors in the future. The subgrade preparation procedure recommended in the above Section 3.3.1 should be followed to limit the post-construction subgrade vertical movement to about 1 inch. Our recommendations for design and construction of grade-supported foundation slabs are included in Section 3.9 of this report. 3.3.4 Tennis Courts Cuts up to 5 feet and fills up to 3 feet are anticipated in the tennis courts’ area. The tennis court slab will be a post-tensioned slab. Our recommendations for the post-tensioned slab and stiffened slab-on-grade foundations are included in Section 3.9 of this report. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 10 3.3.5 Field and Track Areas Cuts up to 17 feet and fills up to 12 feet are anticipated in the football field and tracks area at the stadium, and the football/baseball/softball practice fields areas. The subgrade preparation procedure recommended in the above Section 3.3.1 should be followed to limit the post- construction subgrade vertical movement to about 1 inch. Deeper fills in these areas should consist of processed crushed tan limestone, select fill soils, or similar soils having a LL of less than 35 and a PI between 5 and 15. 3.3.6 Retaining Walls Retaining walls will be generally founded on very stiff to hard natural clays or on fills up to 4 feet in some areas. The wall heights are anticipated to range up to 12 feet where fills in the wall foundation subgrade are between 2 and 4 feet. Retaining wall foundations constructed on fills placed and compacted according to recommendations in Section 3.3.1 are expected to experience post-construction settlements of about one (1) inch. 3.3.7 Fills in Pavement and Nonstructural Areas Fills in parking lots and drives, and nonstructural areas such as landscape areas may consist of on- site clays having a LL of less than 70 and a PI of less than 45. The lower PI on-site clays (lean clays) are typically light brown to tan in color while the higher PI on-site clays (fat clays) are dark brown in color. Recommendations for placement and compaction of the fill materials are provided in Section 3.14 of this report. 3.4 Settlement Monitoring In areas where fill height exceeds 6 feet, we recommend installing settlement plates. The settlement plates should be monitored for a period of at least 3 months. The settlement monitoring should start as soon as possible following completion of the fill placement. The settlement monitoring should be performed daily during the first week of monitoring, on alternate days during the second week, and once weekly thereafter. Fugro should be contacted to evaluate the survey data and update the settlement prediction. 3.5 Buried Utility Lines Underground utility lines installed in the fill material should be designed to tolerate movements presented in this report, or the installation should be delayed until acceptable remaining settlements are reached. Alternatively, the pipelines can be attached to the suspended floor slabs/ grade beams and suspended inside a trench. The suspension system should have adjustable sleeves that can freely move with the soil movement due to potential vertical movements. We recommend there should be at least 6 inches of space between the bottom of the trench and the bottom of the pipeline. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 11 An appropriate commercial system such as PlumbingVoid or SmartVoid or other systems can be used to protect the pipelines. 3.6 Foundation Systems Based on the subsurface conditions encountered in the borings, the proposed structures will be subjected to movement due to volume changes of the underlying soils. We recommend cast-in- place concrete straight drilled piers be used for the support of the proposed structures. Structures that can tolerate the PVM and settlement indicated in this report can be supported on shallow foundations. A stiffened slab-on-grade foundation on improved subgrade can be considered for guard shacks, restrooms, concessions and the outdoor tennis court receiving less than 10 feet of fill. Recommendations for different foundation systems are discussed in the following sections. 3.7 Straight Shaft Drilled Piers 3.7.1 Axial Load Design The axial capacity of straight shaft drilled piers will be derived from a combination of end bearing and skin friction. The results of unconfined compressive strength tests show relatively low values for interbedded shale layers. The drilled shaft design parameters recommended below incorporate these results. We believe that higher values may be attainable and recommend that load tests be performed at least on two drilled shafts to re-evaluate the design parameters and to optimize the foundation depth. Fugro shall be contacted prior to the load tests to review the instrumentation and data acquisition plan. Recommendations for these design parameters are tabulated below. Table 7: Straight Shaft Drilled Pier Design Parameters Parameter Recommendation Bearing stratum Gray Limestone/ Gray Shale Minimum penetration into bearing stratum Minimum 2 shaft diameters Layer Weathered Tan Limestone (below 3 feet1) Gray Limestone/ Shale above El. 800 ft. Gray Limestone/ Shale below El. 800 ft. Allowable end bearing capacity2 - 14,000 psf 14,000 psf Allowable skin friction in compression2, 3 1,000 psf 2,750 psf 2,500 psf Allowable skin friction in tension2, 3, 4 750 psf 2,000 psf 1,750 psf Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 12 Parameter Recommendation Reduction in skin friction due to closely located shafts Center-to-Center Spacing Skin Friction Greater than 3 shaft diameters 100% 2 to 3 shaft diameters linear interpolation between 50% and 100% Less than 2 shaft diameters 50% Minimum shaft diameter 18 inches Minimum shaft length 10 feet Settlement5 ¾ inch Note: 1. The skin friction of weathered limestone in the upper 3 feet should be neglected in the design. 2. The design parameters may be increased provided load tests are performed to validate higher values. 3. The allowable skin friction should be applied to that portion of the drilled shaft in direct contact with the tan or gray limestone/gray shale below any temporary casing (if used). 4. The allowable skin friction in tension can be utilized to resist the uplift forces in straight drilled shafts. The drilled shafts should be reinforced with sufficient, full-depth, vertical reinforcing steel to resist potential tensile forces. 5. Settlement will primarily occur as the shafts are loaded. Drilled piers installed in properly constructed fill pads following adequate settlement are not anticipated to be subjected to significant negative skin friction. 3.7.2 Soil Induced Uplift Pressure The drilled piers should also be designed to resist potential uplift forces due to swelling of the expansive clays in contact with the piers. This uplift force can be approximated by assuming an uplift skin friction of 1,200 psf acting over a depth of 10 feet. If the shaft penetrates through moisture conditioned soil, the uplift skin friction can be reduced to 800 psf over the length of moisture conditioned zone. The allowable skin friction in tension can be utilized to resist the uplift forces in straight shaft drilled piers. The drilled shafts should be reinforced with sufficient, full-depth, vertical reinforcing steel to resist potential tension forces. 3.7.3 Lateral Load Based on the subsurface conditions encountered in the borings, parameters for lateral load analysis are provided in the following table for use in LPILE 2016 computer program, developed by Ensoft, Inc. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 13 Table 8: Lpile Input Parameters for Soil and Weathered Limestone Stratum P-Y Model Total Unit Weight, γ (pcf) Strain Factor, Ɛ50 Undrained Cohesion, Cu (psf) Weathered limestone in the upper 5 ft. Stiff clay without free water 125 0.005 1,000 Fill below 5 ft.1 Stiff clay without free water 125 0.007 1,000 On-site soil below 5 ft.1 Stiff clay without free water 125 0.006 1,500 Weathered Limestone below 5 ft. Stiff clay without free water 130 0.004 6,000 Gray shale below 5 ft. Stiff clay without free water 130 0.004 7,000 Note: 1. The resistance provided by the soils in the upper 5 feet should not be included in the analysis. Table 9: Lpile Input Parameters for Rock Bearing Stratum Stratum P-Y Model Effective Unit Weight, γ’ (pcf) Uniaxial Compressive Strength qu (psi) Initial Modulus of Rock Mass Eir (psi) Rock Quality Designation RQD (%) Strain Factor krm Gray limestone with Shale seams Weak rock 130 300 15,000 70 0.0005 3.7.4 Construction The drilled piers should be installed in accordance with American Concrete Institute’s “Standard Specification for the Construction of Drilled Piers” (ACI 336). Axial capacity recommendations provided in this report are based on proper construction procedures. The construction of drilled piers should be observed by experienced geotechnical personnel during construction to help assure compliance with design assumptions. Observations should include: 1. identification of the bearing stratum, 2. minimum penetration depth, 3. removal of all smear zones and cuttings, 4. correct handling of groundwater seepage, 5. piers are within acceptable vertical tolerance, and 6. related items. We recommend that the pier-drilling equipment be equipped with suitable rock drilling teeth and the rig should have sufficient torque and weight to drill through the rock strata. Groundwater could be encountered during installation of the drilled shafts, particularly if construction proceeds during a wet period of the year. The seepage rates may require the use of temporary casing for proper installation. The casing must be installed to a sufficient depth to ensure that an adequate seal is obtained. Typically, a casing penetration of 1 to 3 feet into the rock bearing material will provide a satisfactory seal. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 14 After the satisfactory installation of the temporary casing, the required penetration into the bearing material may be excavated through the casing. Reinforcing steel and concrete should then be placed immediately after the excavation has been completed, dewatered, cleaned, and observed. Dewatering could consist of using a bailing bucket, pumping, mixing the water with dry soil, etc. Water and loose materials in the cased pier excavations should be removed prior to the concrete placement. A completed shaft excavation should not be allowed to remain open for more than 6 hours. Concrete placed in an excavation in excess of 10 feet should be placed in such a manner (using a tremie, centralizing chute, or by similar means) to prevent segregation of aggregates or to prevent concrete from striking the reinforcing steel. The concrete should have a slump of 6±1 inches. In the event groundwater is observed during construction, the head of the concrete should be above the static groundwater level prior to breaking the seal between the casing and the bearing stratum. Once the seal is broken, the casing may be slowly removed in a vertical direction (no rotation permitted) while additional concrete is placed through the top of the casing (preferably through a tremie). During construction of the drilled shafts, care should be taken to avoid creating an oversized cap ("mushroom"), particularly near the ground surface. A "mushroom" at the top of the drilled shaft could be lifted by heave of the expansive soils. 3.7.5 Pile Load Testing We recommend performing load tests on at least three straight shaft drilled piers for validating the bearing capacity recommendations in the geotechnical report: embedding one test drilled pier in the deeper shale and tipping two test drilled piers near top of the deeper shale. We recommend the load tests be performed near locations of Borings B-119, B-138, and B-151 drilled for the Athletics Building, Football Stadium Structure, and Academics Building, respectively. Higher end bearing and skin friction values may be used, based on the load test results, to optimize the foundation depth. The test drilled pier near Boring B-151 should be embedded about 6 feet in the deeper shale. The test drilled piers near Borings B-119 and B-138 should tip near top of the deeper shale extending only a few inches (3 to 6 inches) in the shale. We believe the program described above will provide the minimum necessary level of design calibration to take advantage of higher resistance values that may be revealed and optimize the greatest number of foundation elements on the project. Fugro shall be retained to observe the drilled pier construction as well as pile load testing. 3.8 Grade Beams and Pier Caps Grade beams and pier caps should be physically isolated from the underlying soil surface by a void space and be structurally supported by the drilled pier foundations. The purpose of the void Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 15 is to provide space for swelling of expansive subsurface materials without resulting in structural distress to the grade beam. Structural cardboard carton forms are often used to provide this void beneath grade beams. Recommended minimum thickness of carton forms are summarized in Table 10. Table 10: Minimum Carton Form Thickness Structure/Facility Minimum Carton Form Thickness (inch) Academic, Library and Admin Building 6 Cafeteria, Fine Arts and Athletics Building 6 Football Stadium and Stadium Field House 10 Tennis Court 10 Monument, Concession, Guard Shacks and Dugouts 6 Soil retainers (void form skirt) are further recommended to minimize the potential for infilling of the void space over time after carton forms deteriorate. Excavation for the void boxes must remain dry. Our experience indicates that major distress in grade beams will occur if the integrity of the void box is not maintained during construction. Therefore, cardboard void forms must have sufficient strength to support the weight of the grade beam during construction. Backfill material must not be allowed to enter the void carton area below the grade beams, since this reduces the void space. The exterior grade beams or foundation walls should be backfilled with a well-compacted, on-site clay or clay cover with a minimum thickness of at least 2 feet to retard migration of surface water into any drainage layer or into the void space. The backfill should be placed in loose lifts less than 8 inches thick and uniformly compacted to the specifications presented in “Placement and Compaction” section of the report. 3.9 Stiffened Slab-on-Grade Foundations We understand that a post-tensioned slab foundation will be considered for the support of tennis courts at this project. Recommendations on subgrade preparation and design parameters for Post-tension slab foundation are presented in the sections below. 3.9.1 Subgrade Preparation The bottom of foundation excavations should be free of any loose or soft material prior to the placement of concrete. The exposed subgrade should be prepared by scarifying 6 inches and compacting to at least 95% of its maximum dry density (ASTM D698) at or above the optimum moisture content. A moisture barrier of polyethylene sheeting or similar material is recommended between the foundation and the subgrade soils to retard moisture migration through the slab. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 16 3.9.2 Design Parameters For post tensioned slabs, design parameters are determined in accordance with the guidelines presented in the “Design of Post-Tensioned Slabs-on-Ground” Manual of the Post-Tensioning Institute (PTI). The following Table 11 summarizes the predicted differential swell occurring at the perimeter of a slab for center and edge lift conditions based on the calculations in the PTI manual. Table 11: Post-Tensioned Slab Design Parameters for Tennis Court Parameter Recommendation Foundation Subgrade 2 feet of select fill 4 feet of select fill Net Allowable Soil Bearing Pressure 1,500 psf 1,500 psf Minimum Depth of Grade Beam 30 inch 30 inch Thornthwaite Moisture Index, Im -5 -5 Edge Moisture Variation Distance, em Center Lift 9.0 ft. 9.0 ft. Edge Lift 4.7 ft. 5.1 ft. Estimated Differential Swell, ym Center Lift -0.7 in. -0.5 in. Edge Lift 0.9 in. 0.7 in. The estimated values of moisture variation and differential swell presented in Table 11 takes into consideration that the recommended grade beam will act as a vertical moisture barrier at the end of the post-tensioned floor slab. However, no other horizontal moisture barrier has been considered for this analysis. A suitable slab-edge moisture barrier can be considered if the estimated values in the above table exceed the tolerable structural limits. The PTI method incorporates numerous design assumptions associated with the derivation of required variables needed to determine the soil design criteria. The PTI method of predicting differential soil movement is applicable when site moisture conditions are controlled by the climate alone on well-graded parcels (i.e., no improper drainage, percolation of water in unlined landscaped areas, utility water leaks or other free water sources). Under climate controlled conditions, moisture increases within the supporting soils and the resulting differential foundation movements are much lower than upward movements that can occur due to post-construction movements caused by free water sources near or beneath the structure. 3.10 Floor Slab Systems Based on information provided by client we understand that both suspended floor slab and ground supported floor slab systems are to be considered for the building, monument, concession, and guard shack structures at this project. The suspended floor slab for the Athletics Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 17 Building, Cafeteria, and Fine Arts Building will be on voids while the suspended floor for the Academics Building will be over crawl space. 3.10.1 Suspended Floor Slab Systems If floor slab movement is to be limited to that of the deep foundations, we recommend a suspended floor slab system be constructed. Two methods are available for constructing a suspended floor slab system: 1. cardboard carton forms to create a void, and 2. raising the floor slab above the underlying soils with a crawl space. If carton forms are used, care must be taken to preserve their structural integrity and ability to create a consistent void. A rigid material layer (such as masonite) should be placed directly on the forms to prevent puncture by personnel during placement of concrete. This rigid layer would also help reduce the potential for concrete to leak down between the cardboard forms. A qualified inspector should be present during floor-slab concrete placement to assure the void is maintained. Minimum thickness of carton forms recommended are presented in the Table 10. If crawl space is utilized, we recommend that the floor slab be suspended at least 18 inches above final subgrade elevations. If utility lines are suspended beneath the slab, the crawl space clearance should be increased to a minimum of 2 feet to provide access to these lines. Future movements of soil supported utility lines must be considered when designing connections, especially where these lines approach or enter the stationary structure. The ground surface beneath the structurally suspended floor slab must be graded to drain to a collection point. If gravity drainage cannot adequately remove the water from beneath the structure, it will be necessary to direct the underfloor drainage ditches to a sump and pump drainage system. Construction must also contain sufficient ventilation to limit corrosion of the metal components. 3.10.2 Ground Supported Floor Slabs If post-construction movement of floor slab can be tolerated, consideration may be given to support the floor slabs on improved subgrade. The subgrade can be improved by moisture conditioning to reduce the potential vertical movement to about 1 inch due to potential swell of clay soils. We recommend excavation of native clayey soils to a depth of 10 feet below existing grade or to top of tan limestone, whichever is shallower. The stockpiled excavated materials should be processed to remove any deleterious materials, debris, organic materials, and rocks greater than 4 inches in size. The backfill placement should be stopped at least 2 feet below the bottom of floor slab elevation, and the upper 2 feet should be backfilled with select fill material. The fill Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 18 construction procedure recommended in Section 3.3 should be followed for the type of fill, depth, placement, and compaction. Additional fill placed below a depth of 10 feet should consist of processed tan limestone or select fill soils as recommended in Section 3.3. To ensure uniformity of subgrade support, in areas where floor slabs are planned to be supported on tan limestone, we recommend excavating the limestone to a depth of 12 inches below the bottom of the floor slab and replacing with moisture conditioned soils or select fill. The ground modification process should be extended at least 5 feet outside the building lines, and should include entrances, abutting sidewalks, and flatwork areas sensitive to movement. However, select fill in the upper 2 feet should not extend beyond the outside edge of ground- supported slab. Moisture conditioned clays should be used to backfill around and beyond the building perimeter in the upper 2 feet, thus limiting the potential for infiltration of surface water. Select fill should be kept in a moist condition until the floor slab is constructed. This could be achieved by regularly sprinkling water during dry and windy days. A vapor barrier of polyethylene sheeting or similar material should be placed between the floor slab and the subgrade soils to retard moisture or vapor migration through the slab. 3.10.3 Basement Floor Slabs We understand that a slab-on-grade type floor system is also being considered for the basement of the Academic building. Recommendations for slab-on-grade construction is provided in “Ground Supported Floor Slabs” section of this report. A drainage blanket is recommended beneath the basement floor slab to prevent hydrostatic uplift pressures. The drainage blanket should consist of at least 6-inch thick layer of clean crushed stone that meets the requirements of ASTM C-33 No. 56 or 57 Coarse Aggregate. The drainage blanket can be drained by placing drain lines in trenches under the drainage blanket. Drain lines should be placed at least 12 inches below the bottom of the floor slab. This can be accomplished by placing collector drains in shallow trenches. A filter fabric should be used to separate the drainage material from the subgrade soils. Water collected in the perimeter drains and the drain lines under the drainage blanket should be discharged to a sump or to the facility drainage system. 3.11 Flatwork Considerations We recommend that all access and entryway slabs and areas of flatwork be constructed on a subgrade prepared in accordance with the recommendations for the building pads, as described in Section 3.3 of the report. Sidewalks should not be structurally tied to the guard shack, restroom, or concession buildings . To prevent potential tripping hazards, floor slabs of these buildings should be elevated noticeably above the adjacent, relatively non-modified, ground- Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 19 supported sidewalks and pavement slabs. Differential upward movement of all ground-supported flatwork should be anticipated and considered during final grading design. Flatwork at the entrances of Academics Building, Cafeteria, Fine Arts and Athletics Buildings should be structurally tied to the building and designed based on a differential movement of 1 inch between the drilled pier-supported and grade-supported systems. Flatwork subgrade at building entrances should follow recommendations in Section 3.3 to limit subgrade settlement to about 1 inch. Subgrade soils below flatworks, especially around buildings, should be tested to verify the subgrade moisture condition no more than 3 days prior to placing the flatwork concrete. Dry flatwork subgrade should be excavated and recompacted as per Section 3.3 and 3.14 of this report. 3.12 Retaining Walls Grading plans provided by client indicate that cut and fill operations may be required to establish the final project grades. We understand that cast-in-place (CIP) reinforced concrete cantilever walls of heights up to 17 feet will be constructed for support of the cuts and fills. Table 12 summarizes the planned retaining walls for the project. The CIP retaining walls that are independent of the buildings may be supported on shallow footings. If the walls are connected to the building, we recommend the walls be supported on straight drilled shafts. Drilled shaft foundation recommendations are provided in “Straight Shaft Drilled Piers” section of this report. Table 12: Planned Retaining Walls No. Location1 Approximate Maximum Height (feet) Nearest Borings 1 South of Pond, West of Band Marching Area2 17 B-14, B-16, B-22, B-30 & B-160 (nearest boring is about 130 feet or more from the retaining wall) 2 West Side of Field House 16 B-76, B-141 3 Baseball Outfield 14 B-69, B-70, B-82 & B-83 4 Softball Outfield 13 B-61, B-62, B-97 & B-98 5 Southeast Corner of Football/Soccer Field 12 B-58, B-86, B-135 & B-136 6 West Side of Long Jump 11 B-10 & B-44 (borings are about 45 to 50 feet from the retaining wall) 7 Northeast Side of Long Jump 10 B-96 8 Southeast Side of Practice Baseball/Softball Fields 16 B-61 and B-84 B-61 is 80 ft from the wall 9 Northwest Side of Practice Baseball/Softball Field 11 B-29, B-59 and B-87 (B-29 & B-59 are 50- 70 ft from the wall) 10 Practice Field 12 B-51 and B-81(borings are about 50 to 80 feet from the retaining wall) Note: 1. Retaining walls 8 feet tall and shorter are not included in the table. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 20 2. Nearest borings to the retaining wall are over 130 feet away. Recommendations provided in this report for this wall are based on the information obtained from borings drilled at about 130 feet away from the wall alignment. Additional borings are recommended to evaluate subsurface conditions along the wall alignment and to verify the recommendations provided in this report. 3.12.1 Bearing Capacity Shallow footings supporting the CIP retaining walls should be embedded at least 2 feet below final grade and designed for an allowable net bearing capacity of 2,500 psf for walls founded in very stiff to hard native soils. Retaining walls founded in fill pads should be designed for an allowable net bearing capacity of 1,500 psf. 3.12.2 Retaining Wall Stability Global stability analyses were performed on selected sections of the retaining walls. Both short- term and long-term analyses were performed. The results of the analyses including the strength parameters used in the analyses are presented in Appendix D. The strength parameters are based on the classification and unconfined compression test results presented on the boring logs. Adequate safety factors of at least 1.5 and 2.2 were computed for the long-term and short-term analyses, respectively. Based on the slope stability analyses, we recommend the following minimum embedment for the proposed walls. The minimum wall embedment and heel extension behind the wall stem recommended in Table 13 are based on the global stability analyses. Table 13: Minimum Recommended Embedment and Heel Extension Behind Stem of Retaining Walls No. Location Minimum Embedment2 (feet) Minimum Heel Extension3 (feet) 1 South of Pond, West of Band Marching Area1 3 0.55H 2 West Side of Field House 2 0.45H 3 Baseball Outfield 2 0.45H 4 Softball Outfield 2 0.45H 5 Southeast Corner of Football/Soccer Field 2 0.45H 6 West Side of Long Jump 2 0.45H 7 Northeast Side of Long Jump 3 0.6H 8 Southeast Side of Practice Baseball/Softball Fields 2 0.45H 9 Northwest Side of Practice Baseball/Softball Field 2 0.45H 10 Practice Field 2 0.45H Note: 1. Nearest borings to the retaining wall are over 130 feet away. Recommendations provided in this report for this wall are based on the information obtained from borings drilled at about 130 feet away from the wall alignment. Additional borings are recommended to evaluate subsurface conditions along the wall alignment and to verify the recommendations provided in this report. 2. Minimum embedment is measured form the finished ground at wall face to the bottom of the footing. 3. Minimum heel extension is expressed in terms of ‘H’, where ‘H’ is the total height of the wall measured from the crest of the wall to the bottom of the footing. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 21 A friction factor of 0.35 should be used for sliding resistance of walls founded in fill pads. A friction factor of 0.4 should be used for walls founded in very stiff to hard native soils. The retaining walls should have a safety factor of at least 1.5 against sliding. 3.12.3 Additional Testing Nearest borings to the retaining wall south of the pond and west of the band marching area are located about 130 to 150 feet from the retaining wall. Additional borings will therefore be required to evaluate subsurface conditions along the retaining wall alignment. Direct shear tests should also be performed to confirm the strength parameters used in the above analyses. 3.12.4 Retaining Wall Footing Construction The retaining wall foundation subgrade should be inspected by a representative of the Geotechnical Engineer of Record to ensure the exposed subgrade consists of very stiff to hard subgrade clays exhibiting hand penetrometer readings of at least 3.0 tsf. Over-excavation will be required to very stiff to hard subgrade clay layers in areas where less stiff clays, exhibiting a hand penetrometer of less than 3.0 tsf, are encountered. Footing excavations should be protected from standing water or desiccation. Loose and soft soils, pieces of rocks, and standing water in the base of the excavation should be cleaned before placing concrete. Complete construction of the footings or section of wall footings, including excavation, placement of steel and concrete, and backfilling should be completed in a reasonably continuous manner, preferably within 48 hours of excavation to reduce drying of the foundation bearing material. Backfilling for replacement of loose soil below wall footings should be accomplished using soils similar to those excavated, and as soon as possible to reduce disturbance. Backfill below wall footings should be compacted to at least 98% of standard Proctor density at a moisture content within two (+2) percentage points of the optimum moisture. Fill pads below retaining walls of heights up to 8 feet should be constructed according to the recommendations in Section 3.3. Construction of footings should be inspected by a qualified geotechnical engineer to verify the bearing materials and to perform related observations and testing. 3.12.5 Backfill Materials Free draining granular materials, select fill, or on-site soils could be considered as backfill for retaining walls. The wall backfill limits should extend outward at least 3 feet from the base of the wall and then upward on a 1H:2V slope. An impervious cover of well-compacted clay should be placed over the free-draining granular backfill and select backfill. Wall backfill materials should be placed in lifts and uniformly compacted to the specifications presented in “Placement and Compaction” section of the report. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 22 3.12.6 Lateral Earth Pressure The magnitude of lateral earth pressure against the walls is dependent on the type of backfill and method of backfill placement, drainage provisions, ground slope, and the amount of tolerable wall movement. Typically, retaining walls are designed to allow some translational and rotational movements to occur, sufficient to allow the active lateral earth pressures to develop. Lateral movements on the order of 0.01 to 0.002 times the height of the wall are required to mobilize the active pressure. If the retaining walls are restrained, the wall will be subjected to the at-rest lateral earth pressures, which are greater than the active lateral pressures. The retaining walls at the stadium concourse are anticipated to have a 2H:1V backslope while all other retaining walls will have level backfills. Recommended lateral earth pressure coefficients and equivalent fluid pressures for a level backfill and 2H:1V backfill slope are presented in Table 14 and Table 15, respectively. Table 14: Recommended Lateral Earth Pressures – Level Backfill Backfill Type Earth Pressure Coefficient Equivalent Fluid Pressure (psf/ft.) Active At-Rest Active At-Rest Free draining granular materials 0.28 0.44 35 55 Imported select fill 0.40 0.58 50 72 On-site soils 0.47 0.66 60 82 Note: 1. The above values assume drained conditions (no hydrostatic pressure). 2. The unit weight of backfill is assumed to be 125 pcf. 3. The equivalent fluid pressures are for a drained backfill. Table 15: Recommended Lateral Earth Pressures – 2H:1V Backfill Slope Backfill Type Earth Pressure Coefficient Equivalent Fluid Pressure (psf/ft.) Active At-Rest Active At-Rest Free draining granular materials 0.37 0.58 46 72 Imported select fill 0.53 0.78 66 97 On-site soils 0.84 1.17 105 146 Note: 1. The above values assume drained conditions (no hydrostatic pressure) and a 2H:1V backfill. 2. The unit weight of backfill is assumed to be 125 pcf. 3. The equivalent fluid pressures are for a drained backfill Surcharge loads such as vehicular and equipment load should be included in the analysis if they apply at the surface within an area defined by an angle of 45 degrees extending up from the base of the wall. External loads should be considered in the analysis if they apply within an area defined by an angle of 45 degrees extending up from the base of the wall. The horizontal components of Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 23 the external loads can be calculated by multiplying the vertical load by the appropriate earth pressure coefficients presented in Table 14 and Table 15. 3.12.7 Backfill Settlement Backfill placed behind the walls should be well compacted. Special care must be exercised to “tie in” the backfill with adjacent undisturbed, firm, natural soils by providing deep benches into the firm natural soil during placement of each fill lift. All loose materials and “slope wash” that may accumulate in the wall excavation during construction should be completely removed prior to placement of the backfill materials. Some post-construction settlement of the backfill surface should be anticipated. This is typically on the order of 1 to 3 percent of the backfill height, even if satisfactory compaction of the backfill materials is achieved. This will lead to potential differential settlement. Therefore, it is recommended that special consideration be given to the design of any foundation elements, floor slabs, and pavements that may extend over this backfill as a result of the potential for differential settlements introduced by this condition. 3.12.8 Wall Drainage We recommend that positive drainage be provided for the backfill materials so that hydrostatic pressures are not allowed to develop behind the walls, or that the walls be designed to withstand the equivalent fluid pressures with hydrostatic surcharge. The upper surface of the wall backfill should be sloped to provide for positive drainage away from the structure and minimize the potential for infiltration of surface water into the backfill. If select fill or on-site soil is chosen as backfill, then a vertical wall-drain consisting of a composite geosynthetic drainage medium is recommended for walls with a height greater than 4 feet. The vertical drain should be located immediately behind the wall stem and extend from the level of longitudinal drains, upward to not higher than 2 feet below the top of the wall. The vertical drains should transport water to the longitudinal drains and then to a storm water line. Composite geosynthetic drainage systems are typically proprietary systems. They are available in different sizes and with different flow rates. The manufacturer should be consulted for installation and spacing guidelines. If free-draining aggregate backfill is used, a vertical wall drain would not be necessary. However, in this case, we recommend that a 2-foot thickness of well-compacted, impervious clay cover be placed over the backfill surface to minimize infiltration in areas that are not covered by pavement. A geotextile filter fabric should be placed between the aggregate backfill and the clay cover materials to minimize infiltration of fines into the backfill, and between the aggregate backfill and the backslope of the native material. The granular backfill should transport water to longitudinal drains and then to a storm water line. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 24 For walls less than 4 feet in height, properly spaced weep holes will be adequate. If used, the weep-holes should be protected from clogging. Provisions should be in place for periodic cleanup of the weep-holes. 3.13 Pavements We understand that Bonds Ranch Road is planned to be widened as part of this project. A two- lane paved road is also planned along the eastern boundary of the site (Flamming Ranch Road). We also understand that access roads and driveways/parking lots will also be constructed at the project site. Information about the street class and traffic volumes of the proposed roads were not available at the time of this study. For the purpose of this report, we assumed traffic volumes and associated parameters for the design of pavement sections based on guidelines provided in City of Fort Worth Pavement Design Manual, dated January 29, 2015. 3.13.1 Subgrade Preparation Grading plans were not available at the time of preparation of this report. Pavement subgrade is expected to have weathered limestone or clayey soils that can have variable support capacity with variations in moisture content. A commonly used method to reduce the potential for strength loss, to improve the strength, to provide a working platform, and to provide a uniform subgrade is to treat the subgrade with cement or hydrated lime. We recommend the subgrade clayey soils beneath the pavement sections be lime stabilized to a depth of at least 12 inches. Based on the boring logs, we estimate 8 percent hydrated lime (TxDOT Item 260) by dry soil weight will be required for the treatment. The actual percentage of lime should be verified during construction by sampling the subgrade soil and testing to determine the optimum lime content. Stabilization should extend a minimum of one foot beyond the edge of the pavement. Bedrock may be encountered at the exposed subgrade. Gray limestone and gray shale are hard and can be difficult to grade. A bond breaker should be constructed between the hard rock and the pavement to help prevent irregular cracking of the pavement and promote shrinkage crack formation in the saw joints, contraction joints and construction joints. Where hard rock is encountered, it should be undercut to 6 inches below the final grade and backfilled with a layer of flexible base. This layer will act as a bond breaker. In lieu of flexible base, a minimum thickness of 6 inches of lime treated clay or processed limestone can also be used as bond breaker. 3.13.2 Pavement Design Parameters For the design of roads within the public right of way, we assumed the following parameters. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 25 Table 16: Pavement Design Parameters Parameter Rigid Pavement Design Flexible Pavement Design Street Classification Arterial Deign period 30 years Reliability, (percent) 90 Overall Standard Deviation 0.39 0.45 Concrete Modulus of Rupture @ 28 days 620 psi - Concrete Modulus of Elasticity @ 28 days 4,000 ksi - Subgrade Resilient Modulus 4,120 psi (CBR=3) Modulus of Subgrade Reaction, k 221 pci - Drainage Coefficient, Cd 1.0 Load Transfer Coefficient, J 3.0 Initial Pavement Serviceability 4.5 4.2 Terminal Pavement Serviceability 2.5 2.5 Annual ESALs 300,000 Traffic Growth Rate 2.5% Design ESALs 13,170,000 3.13.3 Pavement Sections Pavement sections were designed in general accordance with the guidelines provided in AASHTO Pavement Design Guide (1993) and City of Fort Worth Pavement Design Manual (2015). Based on the results of the analysis, the following Portland cement and asphaltic concrete pavement sections are recommended for the public roads. Table 17: Pavement section thickness for Public Roads Pavement Section Thickness (inch) Portland Cement Concrete Pavement TxDOT Item 360, Portland cement concrete 11 TxDOT Item 260, lime treated subgrade 12 Asphaltic Cement Pavement TxDOT Item 340 Type D, asphaltic concrete 2 TxDOT Item 340 Type B, asphaltic concrete 10 TxDOT Item 260, lime treated subgrade 12 For the proposed parking lot and drives at this project, both asphalt concrete and Portland cement concrete pavement systems can be used. The following pavement sections are recommended for parking lots and drives: Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 26 Table 18: Asphalt Pavement Section Thickness for Parking Lots and Drives Pavement Section Minimum Thickness (inch) Light Traffic (Automobile Parking Areas) TxDOT Item 340, Type C or D, Asphaltic concrete 2 TxDOT Item 340, Type A or B, Asphaltic concrete 4 TxDOT Item 260, lime treated subgrade 6 Medium Heavy Traffic (Drives) TxDOT Item 340, Type C or D, Asphaltic concrete 2 TxDOT Item 340, Type A or B, Asphaltic concrete 5 TxDOT Item 260, lime treated subgrade 6 Table 19: Concrete Pavement Section Thickness for Parking Lots and Drives Pavement Section Minimum Thickness (inch) Light Traffic (Automobile Parking Areas) TxDOT Item 360, Portland cement concrete 5 Compacted subgrade 6 Medium Heavy Traffic (Drives) TxDOT Item 360, Portland cement concrete 6 TxDOT Item 260, lime treated subgrade 6 Heavy Traffic (Dumpsters, Loading Docks, Fire Lanes, and Heavy Traffic Turning) TxDOT Item 360, Portland cement concrete 7 TxDOT Item 260, lime treated subgrade 6 Note: The thickness of PCC section for medium heavy and heavy traffic may be increased by one inch in lieu of lime treated subgrade. A sand-leveling course should not be permitted beneath pavements. Design of the concrete pavements should specify a minimum 28-day concrete compressive strength of 3,600 psi. The concrete should be placed within one and one-half hours of batching. During hot weather, the concrete placement should follow ACI 305 Hot Weather concreting guidelines. Consideration should be given to limiting concrete placement to the time of day that will minimize large differences in the ambient and concrete temperate. Use of superplasticizer should be considered to improve the concrete workability without increasing water cement ratio. The pavement should be reinforced, at a minimum, using at least No. 3 bars on a grid spacing of 18 inches on center, each way. The concrete pavements should have adequately spaced contraction joints to control shrinkage cracking. Past experience indicates that reinforced concrete pavements with sealed contraction joints on 12 to 15-foot spacing, cut to a depth of one-quarter to one-third of the pavement Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 27 thickness, have generally exhibited less uncontrolled post-construction cracking than pavements with wider spacing. The contraction joint pattern should divide the pavement into panels that are approximately square where the panel length should not exceed 25 percent more than the panel width. Saw cut, post placement formed contraction joints should be saw cut as soon as the concrete can support the saw cutting equipment and personnel and before shrinkage cracks appear, on the order of 4 to 6 hours after concrete placement. Rubberized asphalt, silicone or other suitable flexible sealant could be used to seal the joints. Isolation joints should be used wherever the pavement will abut a structural element subject to a different magnitude of movement, e.g., light poles, retaining walls, existing pavement, stairways, entryway piers, building walls, or manholes. 3.14 Earthwork The project involves excavation of on-site soils and placement and compaction of fill materials. 3.14.1 Site and Subgrade Preparation The site should be stripped of vegetation. Tree removal should also include root balls. In areas where matured trees are present effort should be made to remove the root balls completely. The dug-out root ball areas should be backfilled with onsite clayey soils. Prior to placing any new fill, debris and similar unsuitable materials should be removed. The fill pad should be scarified to a depth of 8 inches and recompacted to at least 95% maximum dry density at a moisture content at least 3 percentage points above the optimum moisture. All resulting excavations should be properly backfilled with onsite or select fill soils. After any cutting operations, the exposed subgrade should be proofrolled with a loaded, tandem-axle dump truck weighing a minimum of 25 tons or other heavy, narrow rubber-tired construction vehicle to locate any zones that are soft or unstable. The proofrolling should consist of several overlapping passes in mutually perpendicular directions over a given area. In areas where rutting greater than 1 inch or pumping occurs during proofrolling, subgrade should be removed and replaced with suitable fill. Proofrolling is not required where structurally suspended floor slabs will be used. 3.14.2 Fill Material Requirements Criteria for the selection of different types of fill are summarized below. Shaley clay, weathered shale and shale should not be allowed as fill material in building pads and other areas sensitive to vertical movement of subgrade soils. Table 20: Fill Materials Fill Type Requirement On Site Soils It should be free of rock fragments greater than 4 inches in size, organic matter, and other deleterious materials. Excessive large-sized clay clods should be avoided where possible or conditioned as may be necessary. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 28 Fill Type Requirement Select fill This material should have a liquid limit less than 35 and plasticity index between 5 and 15. The fine content (percent passing a No. 200 sieve) of the material should be between 25% to 55%. Free draining granular backfill Free draining granular materials may include sand, crushed stone, and gravel. The backfill should meet the requirements of ASTM C33 No. 57 or 67, Coarse Aggregate (equivalent to TxDOT Item 421 Grade 4 or 5). The material passing No. 40 sieve should be non-plastic. 3.14.3 Placement and Compaction In general, all fill soils should be placed in consistent loose lift thickness and fully and uniformly compacted. The moisture content of lifts at the time of compaction should be wet of optimum moisture content as defined by the compaction curves. Each lift should be uniformly compacted with the minimum number of passes required for full compaction (i.e. when no further densification is achieved for subsequent compactor passes). Any moisture change must be achieved before compaction. All completed lifts should be protected or preserved by subsequent lift coverage placed as quickly as practical. Completed lifts damaged by erosion, destructive disturbances during wet conditions, etc. should be scarified and re-compacted. Any lifts or finished fills to be exposed to weathering for longer than a 5-day period should be covered and protected with sacrificial soil layers or wet matting. Process control specifications for each fill are provided below. Crushed tan limestone should be used as fill below a depth of 10 feet in areas where post construction fill settlement is to be limited to about 1 inch. Table 21: Compaction Criteria Fill Type Requirement1 Loose Lift Thickness Degree of Compaction Moisture Content Moisture conditioned onsite clay soils Grade beam backfill Flatwork areas 6 to 8 inches 95% to 100% of γdry-max At least 3% points above mopt Crushed Tan Limestone Select Fill Footing Backfill 6 to 8 inches At least 98% of γdry-max Within +2% of mopt Retaining wall backfill 8 95% of dry-max At or above mopt Pavement subgrade 8 95% of dry-max At or above mopt Grade changes outside the structural area 8 to 10 inches At least 95% of γdry-max At or above mopt Note: 1. Maximum dry density (γdry-max), and optimum moisture content (mopt) should be determined from the results of standard Proctor method (ASTM D 698) Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 29 2. Care should be exercised to avoid overstressing the wall by operating heavy compaction equipment too close to the back of the wall. In general, only light compaction equipment, less than 2,000 pounds, should be allowed to operate within 5 feet of the back of the wall. 3.14.4 Quality Control and Field Testing Fill material index properties and compaction control curves required for process control must be obtained upon each change in soil properties, soil color or texture, compactor, or lift thickness, and at minimum frequencies recommended by the Geotechnical Engineer. For preliminary planning purposes, minimum frequencies of one test per every 1,000 loose cubic yards can be estimated. Fill soil sampling should be planned and coordinated to fit the construction production goals, and generally at least two days in advance of the compaction of corresponding fill lifts. The Geotechnical Engineer or their representative should perform field moisture-density tests at appropriate frequencies on compacted lifts to ensure that the compaction control specifications are achieved. Field testing volumes and frequencies will depend on confirmation of other process controls and fill soil ranges and variations. Typically for mass fills, such tests would be performed every 2,500 square feet of compacted lift or fraction thereof. For trench backfill and small areas of filling, field moisture content and density testing should be performed for every 200 cubic yards of backfill placed for each lift or for every 200 lineal feet of trench, whichever represents the greater frequency of testing. The Geotechnical Engineer or their representative should determine the acceptability of each compacted lift based on this regime of field moisture content and density testing. Field density gauge probes must be deployed to measure the average compaction properties of each lift. 3.15 Site Grading, Drainage, and Landscaping Cut and fill slopes should be gentle and preferably should not exceed about 4-horizontal to 1- vertical (4H:1V) in the overburden soil. The exterior ground surface around the structure should be sloped at a 5 percent grade for a distance of at least 10 feet to provide for positive surface drainage away from the building. Excess water ponding on and beside slab-on-ground foundations, running track, or similar structures can cause unacceptable heave of these elements. Roof drainage should be transmitted by pipe to a storm drainage system or to a paved surface where the water can drain away without entering the foundation soils beneath the building. A system of gutters and downspouts is recommended, with discharge at points at least 5 feet away from the perimeter of the foundation slab. Backfill for utility lines or along the perimeter grade beams should consist of well-compacted, impermeable, on-site clays to minimize the potential for localized infiltration of surface water. The bottom of the trench excavation should slope away from the structure. If the backfill is too dense or too dry, swelling may form a mound over the backfilled utility line. If the backfill is too loose or Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 30 too wet, settlement may form a low area along the line. Either case is undesirable since several inches of movement is possible and excessive movement or cracking of soil-supported flatwork are likely to result. The soils should be processed and moisture conditioned using the previously discussed compaction criteria. Where the utility lines pass beneath pavements, the top 6 inches should be compacted similarly to the remainder of the subgrade. It is also recommended that the utility ditches be visually inspected during the excavation process to help ensure that undesirable fill that was not detected by the test borings does not exist at the site. This office should be notified immediately if any such fill is detected. Excess water ponding on and beside slabs and running track can cause unacceptable heave of these slabs. To reduce this potential heave, good surface drainage should be established in all building, flatwork, and running track areas. Lawn irrigation systems should be designed and operated to minimize saturation of soil adjacent to structures. Sprinkler mains should not be placed next to the building. Trees will remove water from the soil and, as a result, can cause the soil to shrink. Therefore, trees should either: 1. not be planted closer than the mature tree height from the building (if ground-supported slab is used) or pavement edge; or 2. have a controlled irrigation system; or 3. be planted in containers. Bedding soils for plants may collect and direct water underneath the building and running track. Care should be taken to insure that water entering the bedding soils drains away from the building and running track perimeters. If positive drainage cannot be achieved, the use of an impermeable, synthetic geo-membrane moisture barrier should be considered to reduce the risk of free water migration. An 18-inch deep vertical water barrier along the flatwork edge fronting landscaped areas may be desirable to help prevent irrigation water from having ready access to the soils beneath the flatwork. Special attention should be given to provide good drainage from plantings inside any building courtyards and planter boxes. The completed landscaping should be carefully inspected to verify that plantings properly drain. Soil in plantings may settle, which will tend to pond water, or plantings may block entrances to surface drains. Therefore, maintaining positive drainage from landscape irrigation will be an ongoing concern. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 31 4. Limitations Since some variation was found in subsurface conditions at the specific boring locations for this study, all readers should be aware that a greater variation could occur between the boring locations. Statements in the report as to subsurface variations across the site are intended only as estimations from the data obtained at specific boring locations. Mixed-floor systems are being considered for the Academics Building with portions of the building’s lower-level floor consisting of structural slab and slab-on-grade. The Athletics Building, Cafeteria, and Fine Arts Building will have abutting floors. A similar strategy of mixed floor systems is also being considered for the Athletics Building, Cafeteria, and Fine Arts Building. Mixed floor systems have the inherent risk of differential floor slab movement between adjacent elements and would therefore require careful monitoring during construction as well as a careful review of the design drawings. Additionally, Fugro’s scope of services does not include the investigation, detection, or recommendations related to the presence of any biological pollutants. The term “biological pollutants” includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the by- products of any such biological organisms. In preparation of this report, we have strived to perform our services in a manner consistent with that level of care and skill ordinarily exercised by other members of our profession currently practicing in the same locality under similar conditions. No other representation, expressed or implied, and no warranty or guarantee is included or intended in this report, any addendum report, opinion, document, or other instrument of service. The results, conclusions, and recommendations contained in this report are directed at, and intended to be utilized within, the scope of services contained in the agreement executed by Fugro and client. This report is not intended for any other purposes. Fugro makes no claim or representation concerning any activity or condition falling outside the specified purposes to which this report is directed, said purposes being specifically limited to the scope of services as defined in our agreement. Inquiries as to our scope of services or concerning any activity or condition not specifically contained therein should be directed to Fugro for evaluation and, if necessary, further investigation. Boring and laboratory data presented were developed solely for the preparation of this report. We are not responsible for interpretation or use of these data for purposes beyond the stated scope of this report. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 32 Subsurface conditions different than those found at our boring locations may be present because of, among other factors, soil moisture variations, fill placement, and naturally occurring variations in soil properties, and elevation of the top of the rock. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 33 List of Plates Title Plate No. Appendix A – Site Plans Vicinity Map A-1 Site and Boring Location Plan A-2 and A-3 Site Grading Plan A-5 Geology Map A-6 Appendix B – Field Exploration Boring Logs B-1 through B-162 Key to Terms and Symbol Used on Field Logs B-163 and B-164 Stratigraphy B-165 through B-167 Appendix C – Laboratory Testing Summary of Laboratory Test Results C-1 through C-6 CBR Test Results C-7 Consolidation Test Results C-8 and C-9 Appendix D – Slope Stability Analysis Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 34 Appendix A – Site Plans 0 3,000 6,0001,500 Feet1 inch = 3,000 feetScale: Coordinate System: State Plane Texas North Central FIPS 4202 Ft Datum: D North American 1983 High School Drawn By: VICINITY MAP Source:Project No.:04.00184087 PLATE A-1 Fort Worth, Texas Date:May 26, 2021SGStreet map: ESRI ArcGIS Online, 2019 ServiceLayerCredits:Sources:Esri,HERE,Garmin,USGS,Intermap, SWC of Bonds Ranch Road and Cedar Grove Lane Reunion Ct Project Site Legend Approximate Project Site Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U +ÒU Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U Ò+U +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +UÒ +ÒU +ÒU +ÒU +ÒU +ÒU +ÒU +ÒU +ÒU +ÒU +ÒU B-146B-145B-144 B-143B-142B-141 B-140B-139B-138B-137 B-136B-135 B-134B-133 B-132B-131 B-130B-129 B-128B-127 B-126 B-125 B-124 B-123B-122 B-113 B-112 B-111B-110 B-109 B-108 B-107 B-106 B-105 B-160 B-162 B-121 B-120 B-119B-118 B-117 B-116B-115 B-114 B-159 B-158 B-157 B-156 B-155 B-154 B-153 B-152 B-151 B-150 B-149 B-148 B-147 Source: Esri, Maxar, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AeroGRID, IGN, and the GIS User Community 0 300 600150Feet 1 inch = 300 feetScale: SITE AND BORING PLAN Drawn By: High SchoolSWC of Bonds Ranch Road and Cedar Grove LaneFort Worth, Texas Source:Orthophotography: ArcGIS Online, World imagery,2017 Project No.:04.00184087 PLATE A-2 Date:June 21, 2021SG Coordinate System: State Plane Texas North Central FIPS 4202 Ft Datum: D North American 1983 Band MarchingArea Legend Ò+U Building Borings +UÒ Stadium Borings Parking Lot Field House Football Field Discus Shot Put Pole Vault Competition Baseball Competition Softball Tennis Courts Practice Field Academic Building Permanent Pool Pond Athletics, Cafeteria andFine Arts Building Service Yard Football Stadium Baseball/Softball Practice Field Section 1-1 Section 2-2 Section 3-3 !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H!H !H !H !H !H !H !H !H !H!H !H !H!H !H!H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H !H B-92 B-48 B-47 B-46 B-45B-44B-43B-42B-41B-38 B-91 B-90 B-89 B-88 B-87B-86B-85 B-84 B-83 B-82 B-81B-80 B-79 B-78B-77 B-76 B-75 B-99 B-98B-97 B-96 B-95 B-94 B-93 B-161 B-104 B-103 B-102 B-101 B-100 B-74B-73 B-72B-71 B-70B-69 B-68 B-67B-66 B-65B-64 B-63 B-62B-61 B-60B-59 B-58B-57 B-56 B-55 B-54B-53 B-52 B-51 B-9B-8 B-7 B-6B-5 B-4 B-3 B-2 B-1 B-37 B-36 B-35B-34 B-33 B-32 B-31 B-30 B-29 B-28 B-27 B-26 B-25 B-24B-23B-22 B-21 B-20 B-19 B-18 B-17 B-16 B-15 B-14 B-13 B-12 B-11 B-10 B-50 B-49 B-40B-39 Source: Esri, Maxar, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AeroGRID, IGN, and the GIS User Community 0 300 600150Feet 1 inch = 300 feetScale: SITE AND BORING PLAN Drawn By: High SchoolSWC of Bonds Ranch Road and Cedar Grove LaneFort Worth, Texas Source:Orthophotography: ArcGIS Online, World imagery,2017 Project No.:04.00184087 PLATE A-3 Date:June 21, 2021SG Coordinate System: State Plane Texas North Central FIPS 4202 Ft Datum: D North American 1983 Band MarchingArea Legend !H Retaining Wall Borings !H Monument, Concession and Guard Shack Borings !H Tennis Court Borings !H Sports Field and Track Borings !H Pavement Borings Parking Lot Field House Football Field Discus Shot Put Pole Vault Competition Baseball Competition Softball Tennis Courts Practice Field Academic Building Permanent Pool Pond Athletics, Cafeteria andFine Arts Building Service Yard Football Stadium Baseball/Softball Practice Field Source: Esri, Maxar, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AeroGRID, IGN, and the GIS User Community 0 300 600150Feet1 inch = 300 feetScale: SITE GRADING PLAN Drawn By: High SchoolSWC of Bonds Ranch Road and Cedar Grove LaneFort Worth, Texas Source:Orthophotography: ArcGIS Online, World imagery,2017 Project No.:04.00184087 PLATE A-4 Date:May 26, 2021SG Coordinate System: State Plane Texas North Central FIPS 4202 Ft Datum: D North American 1983 KfdKgw Kki Kpa Kpd Kpd Qt Drawn By: GEOLOGIC MAP Source:Geology: USGS, 2005 Project No.:04.40191087 PLATE A-5 Fort Worth, Texas 0 4,900 9,8002,450 Feet Date:May 26, 2021 1 inch = 5,000 feetScale: SG Legend Fort Worth Limestone and Duck CreekFormation, undividedGoodland Limestone and Walnut Clay, undividedKiamichi Formation Pawpaw Formation, Weno Limestone, andDenton Clay, undividedTerrace depositsWater Coordinate System: State Plane Texas North Central FIPS 4202 Ft Datum: D North American 1983 Project Site High School SWC of Bonds Ranch Road and Cedar Grove Lane Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 35 Appendix B – Field Exploration The field exploration for this project was accomplished by drilling 162 geotechnical borings to depths ranging between 10 to 50 feet below existing grades. The latitude and longitude of the boring locations were measured using a handheld GPS unit. The approximate locations of the borings are shown on Plates A-2 and A-3, Site and Boring Plan. The borings were advanced using truck-mounted drill rigs. Cohesive soil samples were obtained using 3- inch diameter tube samplers that were pushed into the soil. The undrained compressive strength of cohesive soils was estimated in the field using a calibrated pocket penetrometer. Granular soils were obtained with a 2-inch O.D. split-spoon sampler. The sampler is typically driven in three 6-inch intervals. The number of blows required for the last 12 inches of penetration or the penetration obtained from 50 blows of the hammer, whichever occurs first, is reported as “N-value” on the field logs. In selected borings, rock core methods were used to sample the bedrock. The percentage of rock core recovered (REC) and rock quality designation (RQD) were recorded for each five-foot run. The REC value was obtained by dividing the total length of core recovered by the total length of the core run. The RQD value was obtained by dividing the total length of sound core pieces with a minimum length of 4 inches by the total length of the core run. The core samples were visually identified for rock type and features and properly documented on field logs, including REC and RQD values. In some borings, bedrock was evaluated in situ using Texas Department of Transportation Cone Penetration Tests. Soil samples were extruded from the samplers in the field, visually classified, and sealed in plastic bags to prevent the loss of moisture or disturbance during their transfer to the laboratory. Upon completion of the field investigation, the borings were backfilled with soil cuttings. Logs of the borings drilled for this study with descriptions of the subsurface materials encountered are presented on Plates B-1 through B-162. A key to the terms and symbols used on the field logs is presented on Plates B-163 and B-164. Elevations of borings were estimated from the grading plans provided by client. A summary of all borings including coordinates, elevation and total depths are presented in Table 22 below. Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 36 Table 22: Summary of Borings Structure Boring No. Boring Depth (ft) Approximate Ground Elev. (ft) Approximate Coordinates Latitude Longitude Parking Lots and Drives B-1 10 812 32.923506 -97.43774 B-2 10 830 32.92368 -97.436188 B-3 10 824 32.923201 -97.435882 B-4 10 833 32.923437 -97.435218 B-5 10 838 32.922708 -97.435144 B-6 10 842 32.922696 -97.434399 B-7 10 841 32.923018 -97.433796 B-8 10 840 32.923345 -97.433041 B-9 10 836 32.92335 -97.431984 B-10 10 834 32.923002 -97.431374 B-11 10 814 32.922666 -97.438217 B-12 10 805 32.917961 -97.431858 B-13 10 808 32.922728 -97.43732 B-14 10 806 32.921663 -97.43808 B-15 10 816 32.921921 -97.436761 B-16 10 804 32.921232 -97.4371 B-17 10 839 32.92179 -97.434668 B-18 10 841 32.92215 -97.434412 B-19 10 839 32.921505 -97.434124 B-20 10 830 32.922116 -97.431054 B-21 10 830 32.921471 -97.431069 B-22 10 800 32.920636 -97.43696 B-23 10 825 32.920545 -97.435038 B-24 10 838 32.920412 -97.43411 B-25 10 836 32.920875 -97.433815 B-26 10 828 32.920098 -97.433326 B-27 10 821 32.919817 -97.432558 B-28 10 805 32.920316 -97.431724 B-29 10 821 32.921049 -97.431413 B-30 10 802 32.920027 -97.43678 B-31 10 808 32.920357 -97.436319 B-32 10 828 32.919464 -97.435219 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 37 Structure Boring No. Boring Depth (ft) Approximate Ground Elev. (ft) Approximate Coordinates Latitude Longitude B-33 10 838 32.919949 -97.434746 B-34 10 841 32.919466 -97.433797 B-35 10 818 32.919443 -97.431837 B-36 10 838 32.918145 -97.435248 B-37 10 828 32.917946 -97.43374 Access Roads in the City Right of Way B-38 15 832 32.923836 -97.439061 B-39 15 814 32.923808 -97.437734 B-40 15 832 32.92381 -97.436417 B-41 15 836 32.923818 -97.435174 B-42 15 843 32.923809 -97.433764 B-43 15 838 32.923799 -97.4325 B-44 15 822 32.923805 -97.431368 B-45 15 811 32.923779 -97.430044 B-46 15 813 32.922494 -97.429868 B-47 15 802 32.921447 -97.429541 B-48 15 793 32.920211 -97.429226 B-49 15 784 32.919156 -97.429532 B-50 15 785 32.917936 -97.429816 Field and Track Areas B-51 15 816 32.918378 -97.432564 B-52 15 828 32.919034 -97.432538 B-53 15 837 32.922421 -97.432867 B-54 15 837 32.922424 -97.432159 B-55 15 838 32.922139 -97.432514 B-56 15 820 32.921455 -97.432526 B-57 15 819 32.92116 -97.432896 B-58 15 817 32.921156 -97.432177 B-59 15 814 32.920758 -97.430951 B-60 15 808 32.920749 -97.430172 B-61 15 801 32.920126 -97.430916 B-62 15 798 32.920017 -97.430391 B-63 15 797 32.919758 -97.430696 B-64 15 803 32.919519 -97.430967 B-65 15 793 32.919555 -97.430246 B-66 15 813 32.919154 -97.431204 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 38 Structure Boring No. Boring Depth (ft) Approximate Ground Elev. (ft) Approximate Coordinates Latitude Longitude B-67 15 801 32.919181 -97.430237 B-68 15 811 32.918706 -97.430679 B-69 15 802 32.918344 -97.431194 B-70 15 803 32.918405 -97.430261 Tennis Courts B-71 15 841 32.918515 -97.434526 B-72 15 834 32.918485 -97.433989 B-73 15 841 32.918882 -97.434527 B-74 15 839 32.918897 -97.434011 Retaining Walls B-75 15 816 32.922991 -97.430256 B-76 15 826 32.920561 -97.433355 B-77 15 815 32.919118 -97.436875 B-78 15 823 32.919068 -97.435847 B-79 15 827 32.918229 -97.433654 B-80 15 830 32.918696 -97.433333 B-81 15 814 32.918632 -97.432067 B-82 15 795 32.918067 -97.43072 B-83 15 794 32.918899 -97.429884 B-84 15 799 32.92036 -97.429823 B-85 15 824 32.921164 -97.433312 B-86 15 822 32.92119 -97.431819 B-87 15 820 32.921114 -97.43055 B-88 15 834 32.922479 -97.43331 B-89 15 838 32.922795 -97.432501 B-90 15 836 32.922455 -97.431751 B-91 15 823 32.922277 -97.430546 B-92 15 809 32.921771 -97.4299 Monument signs, concessions, guard, shacks, baseball dugout B-93 25 826 32.918711 -97.433046 B-94 25 836 32.923785 -97.435173 B-95 25 843 32.923574 -97.433752 B-96 25 812 32.923696 -97.430326 B-97 30 801 32.919773 -97.430986 B-98 25 804 32.919696 -97.431164 B-99 20 800 32.919456 -97.430636 B-100 25 808 32.919294 -97.430933 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 39 Structure Boring No. Boring Depth (ft) Approximate Ground Elev. (ft) Approximate Coordinates Latitude Longitude B-101 25 816 32.91933 -97.431618 B-102 25 814 32.918968 -97.43133 B-103 25 833 32.919014 -97.433024 B-104 25 827 32.919292 -97.435214 B-161 20 825 32.923463 -97.436843 Cafeteria, Fine Arts and Athletics Building B-105 30 822 32.922143 -97.436485 B-106 30 821 32.921858 -97.436554 B-107 35 817 32.92159 -97.436731 B-108 35 813 32.921337 -97.436712 B-109 35 821 32.921589 -97.43606 B-110 35 819 32.92137 -97.436274 B-111 40 819 32.921273 -97.435687 B-112 40 813 32.921062 -97.436117 B-113 35 826 32.921663 -97.435463 B-114 35 824 32.921336 -97.435184 B-115 40 819 32.920952 -97.435358 B-116 40 826 32.921025 -97.434851 B-117 35 817 32.920383 -97.435894 B-118 35 815 32.920717 -97.435684 B-119 40 822 32.920729 -97.435207 B-120 35 822 32.919979 -97.435755 B-121 35 823 32.920339 -97.435466 B-157 40 828 32.921978 -97.43581 B-162 40 807 32.920644 -97.436281 Stadium B-122 40 833 32.922341 -97.433475 B-123 45 834 32.922338 -97.432989 B-124 40 830 32.921978 -97.433538 B-125 40 825 32.921805 -97.433238 B-126 50 827 32.921978 -97.432988 B-127 40 828 32.921631 -97.433534 B-128 40 822 32.921633 -97.432987 B-129 40 827 32.921264 -97.433479 B-130 40 820 32.921269 -97.432987 B-131 40 836 32.922224 -97.432059 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 40 Structure Boring No. Boring Depth (ft) Approximate Ground Elev. (ft) Approximate Coordinates Latitude Longitude B-132 40 834 32.922225 -97.431572 B-133 45 833 32.921809 -97.432058 B-134 40 833 32.92181 -97.431573 B-135 50 825 32.921392 -97.432057 B-136 45 831 32.921389 -97.431574 Stadium Fieldhouse B-137 35 822 32.920939 -97.433144 B-138 40 817 32.92094 -97.432746 B-139 35 813 32.920935 -97.432335 B-140 35 815 32.920939 -97.43193 B-141 35 823 32.920521 -97.43315 B-142 35 814 32.92052 -97.432541 B-143 35 809 32.92052 -97.431927 B-144 40 822 32.920141 -97.432948 B-145 35 817 32.920142 -97.43254 B-146 35 813 32.920145 -97.432133 Academic, Library and Admin Building B-147 40 823 32.923314 -97.436837 B-148 40 820 32.923148 -97.436426 B-149 40 812 32.922938 -97.437052 B-150 45 813 32.922717 -97.436666 B-151 45 821 32.922991 -97.436058 B-152 40 827 32.922845 -97.435695 B-153 40 822 32.92247 -97.436354 B-154 40 827 32.922321 -97.435991 B-155 40 835 32.922687 -97.435315 B-156 40 834 32.922316 -97.435523 B-158 45 816 32.922907 -97.436524 B-159 40 825 32.922686 -97.43598 Band Tower B-160 35 804 32.920393 -97.436532 42 810.0 2.0 808.0 4.0 802.0 10.0 19 23 81 15 FAT CLAY (CH), dark brown, hard, trace calcareous nodules LEAN CLAY WITH SAND (CL), brown, hard, trace calcareous nodules, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5+ P = 4.5+ N = 50/5" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-1 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 812.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43774 LATITUDE: 32.92351 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-1 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 37 826.0 4.0 820.0 10.0 17 20 7220LEAN CLAY WITH SAND (CL), brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.25 P = 4.5+ 100/3.5" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-2 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 830.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43619 LATITUDE: 32.92368 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-2 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 39 814.0 10.0 18 21 8118 16 LEAN CLAY WITH SAND (CL), brown to light brown, stiff to hard, trace calcareous nodules, limestone fragments P = 3.5 P = 4.5+ P = 3.0 N = 15 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-3 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 824.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43588 LATITUDE: 32.92320 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-3 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 37 828.0 5.0 823.0 10.0 16 2114 LEAN CLAY (CL), brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.75 P = 2.50 100/4.25" 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-4 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 833.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43522 LATITUDE: 32.92344 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-4 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 38 833.0 5.0 828.0 10.0 23 15LEAN CLAY (CL), brown, very stiff to hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.75 P = 2.25 P = 4.25 100/2.5" 100/2.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-5 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 838.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43514 LATITUDE: 32.92271 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-5 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 26 840.0 2.0 837.0 5.0 832.0 10.0 16 1014 11 FAT CLAY (CH), dark brown, stiff LEAN CLAY (CL), brown, very stiff to hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.0 P = 4.5+ P = 4.5+ 100/3" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-6 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 842.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43440 LATITUDE: 32.92270 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-6 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 65 839.0 2.0 837.0 4.0 831.0 10.0 24 4132FAT CLAY (CH), dark brown, stiff, trace limestone fragments LEAN CLAY (CL), brown, very stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.0 P = 3.0 100/7.5" 100/6.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-7 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 841.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43380 LATITUDE: 32.92302 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-7 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 839.0 1.0 830.0 10.0 24 9 FAT CLAY (CH), dark brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.25 100/5.25" 100/6.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-8 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 840.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43304 LATITUDE: 32.92335 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-8 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 835.0 1.0 826.0 10.0 31 9 FAT CLAY (CH), dark brown, stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.25 100/6" 100/7.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-9 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 836.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43198 LATITUDE: 32.92335 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-9 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 833.0 1.0 824.0 10.0 35FAT CLAY (CH), dark brown, medium stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 1.25 98/9.5" 100/5.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-10 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 834.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43137 LATITUDE: 32.92300 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-10 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 38 812.0 2.0 804.0 10.0 18 2018LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5+ 77/12" 100/6.75" 100/1.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-11 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 814.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43822 LATITUDE: 32.92267 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-11 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 39 801.0 4.0 795.0 10.0 20 19 5920SANDY LEAN CLAY (CL), brown, stiff to very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.25 P = 3.5 100/9.75" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-12 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 805.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43186 LATITUDE: 32.91796 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-12 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 51 804.0 4.0 798.0 10.0 16 35 65 22 22 SANDY FAT CLAY (CH), dark brown, stiff, trace calcareous nodules - trace limestone fragments from 2' to 4' WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.5 P = 2.0 100/4.75" 31/12" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-13 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 808.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43732 LATITUDE: 32.92273 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-13 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 29 804.0 2.0 796.0 10.0 20 917LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5 98/7.75" 19/12" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-14 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 806.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43808 LATITUDE: 32.92166 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-14 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 48 31 813.5 2.5 808.0 8.0 806.0 10.0 24 13 24 18 18 12 LEAN CLAY (CL), brown, soft to hard, trace limestone fragments LEAN CLAY (CL), light brown, very stiff, with limestone seams WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 1.0 53/12" N = 21 100/2.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-15 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 816.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43676 LATITUDE: 32.92192 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-15 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 803.5 0.5 794.0 10.0 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.0 100/5" 100/0.38" 35/12" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-16 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 804.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43710 LATITUDE: 32.92123 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-16 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 37 833.0 6.0 829.0 10.0 22 1518 17 LEAN CLAY (CL), brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.25 P = 4.5+ 100/5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-17 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 839.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43467 LATITUDE: 32.92179 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-17 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 66 838.0 3.0 831.0 10.0 24 4239FAT CLAY (CH), dark brown to brown, stiff to hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5 P = 2.25 100/4.5" 100/3.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-18 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 841.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43441 LATITUDE: 32.92215 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-18 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 35 835.0 4.0 829.0 10.0 21 1419 LEAN CLAY (CL), brown, very stiff, some limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.75 P = 3.25 100/1.75" P = 4.5+ 100/4" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-19 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 839.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43412 LATITUDE: 32.92151 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-19 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 80 32 828.0 2.0 825.0 5.0 820.0 10.0 31 17 49 15 87 36 35 17 FAT CLAY (CH), dark brown, stiff, trace limestone fragments LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.0 P = 4.5+ P = 4.5+ 88/10.25" 100/3.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-20 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 830.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43105 LATITUDE: 32.92212 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-20 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 28 828.0 2.0 826.0 4.0 820.0 10.0 18 1012 FAT CLAY (CH), dark brown, stiff LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 1.5 P = 4.5+ 89/10.5" 100/2" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-21 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 830.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43107 LATITUDE: 32.92147 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-21 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 57 28 796.0 4.0 790.0 10.0 24 16 33 12 26 8 FAT CLAY (CH), dark brown to brown, very stiff to hard, trace calcareous nodules and limestone seams LEAN CLAY (CL), light brown, very stiff to hard, trace calcareous nodules, limestone fragments P = 3.75 P = 4.5+ N = 33 N = 19 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-22 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 800.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43696 LATITUDE: 32.92064 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-22 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 31 823.0 2.0 820.0 5.0 815.0 10.0 18 134 FAT CLAY (CH), dark brown, hard, trace limestone fragments LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5+ P = 4.5+ P = 4.0 100/3" 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-23 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 825.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43504 LATITUDE: 32.92055 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-23 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 52 48 834.0 4.0 828.0 10.0 27 21 25 27 70 32 17 18 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY WITH SAND (CL), brown, very stiff to hard, trace limestone fragments P = 3.0 N = 22 N = 17 P = 4.5+ N = 62 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-24 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 838.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43411 LATITUDE: 32.92041 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-24 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 30 73 830.0 6.0 826.5 9.5 826.0 10.0 15 23 15 50 14 22 LEAN CLAY (CL), brown, very stiff to stiff, trace limestone fragments FAT CLAY (CH), tan and brown, hard, with limestone seams WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.5 P = 3.75 P = 4.5+ P = 4.5+ N = 50/5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-25 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 836.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43382 LATITUDE: 32.92088 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-25 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 36 826.0 2.0 824.0 4.0 818.0 10.0 15 21 FAT CLAY (CH), dark brown, stiff, limestone fragments LEAN CLAY (CL), brown, very stiff, trace iron nodules, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 1.5 P = 3.0 100/2.25" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-26 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 828.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43333 LATITUDE: 32.92010 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-26 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 820.0 1.0 816.0 5.0 811.0 10.0 FAT CLAY (CH), dark brown, very stiff, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, tan, with shale seams P = 2.0 100/9" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-27 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 821.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43256 LATITUDE: 32.91982 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-27 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 53 800.0 5.0 795.0 10.0 20 33 8421 FAT CLAY WITH SAND (CH), dark brown, very stiff, trace calcareous nodules, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.5 P = 2.5 P = 3.0 100/3.5" 100/2" 100/2.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-28 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 805.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43172 LATITUDE: 32.92032 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-28 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 45 817.0 4.0 811.0 10.0 18 27 8014 LEAN CLAY WITH SAND (CL), brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.5 P = 4.5+ 100/1.5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-29 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 821.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43141 LATITUDE: 32.92105 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-29 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 37 72 800.0 2.0 794.0 8.0 792.0 10.0 18 27 19 45 17 26 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY (CL), brown, hard, trace limestone fragments FAT CLAY (CH), tan and dark brown, very stiff, with shale seams P = 3.25 69/11.25" N = 19 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-30 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 802.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43678 LATITUDE: 32.92003 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-30 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 41 806.0 2.0 798.0 10.0 20 2120 7 LEAN CLAY (CL), brown, very stiff, trace calcareous nodules, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.0 20/12" 100/4.25" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-31 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 808.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43632 LATITUDE: 32.92036 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-31 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 25 826.0 2.0 824.0 4.0 818.0 10.0 15 1013 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY (CL), light brown, hard, some limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.5 P = 4.25 100/0.75" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-32 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 828.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43522 LATITUDE: 32.91946 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-32 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 49 836.0 2.0 828.0 10.0 29 2017LEAN CLAY (CL), brown, hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5+ N = 35 100/2" 100/1.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-33 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 838.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43475 LATITUDE: 32.91995 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-33 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 31 839.0 2.0 837.0 4.0 831.0 10.0 21 1017 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY (CL), brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.0 P = 2.0 100/1.25" 100/2.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-34 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 841.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43380 LATITUDE: 32.91947 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-34 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 28 816.0 2.0 814.0 4.0 808.0 10.0 16 12 23 11 FAT CLAY (CH), brown, hard, trace limestone fragments LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5+ P = 4.5+ 69/12" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-35 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 818.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43184 LATITUDE: 32.91944 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-35 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 836.0 2.0 828.0 10.0 14LEAN CLAY (CL), brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.0 79/11" 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-36 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 838.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43525 LATITUDE: 32.91815 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-36 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 39 826.0 2.0 823.0 5.0 818.0 10.0 20 19 73 19 13 LEAN CLAY (CL), brown, very stiff, trace limestone fragments LEAN CLAY (CL), light brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.25 P = 4.5+ P = 4.5+ 100/6.5" 100/2" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-37 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 828.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43374 LATITUDE: 32.91795 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 10.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-37 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 32 830.0 2.0 818.0 14.0 817.0 15.0 18 1417 7 LEAN CLAY (CL), brown, very stiff, with limestone fragments, trace sand and gravel WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.5 N = 50/2" 100/3" 100/1.5" 100/1.25" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-38 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 832.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43906 LATITUDE: 32.92384 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-38 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 42 810.0 4.0 801.0 13.0 799.0 15.0 22 20 19 LEAN CLAY (CL), brown, very stiff, trace limestone fragments, sand WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5 P = 4.0 100/1" 100/0.75" 100/1" 100/6.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-39 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 814.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43773 LATITUDE: 32.92381 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-39 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 830.0 2.0 820.0 12.0 817.0 15.0 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.50 100/4" 100/1.5" 100/3.5" 100/1.25" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-40 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 832.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43642 LATITUDE: 32.92381 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-40 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 834.0 2.0 830.0 6.0 824.0 12.0 821.0 15.0 18 9 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments FAT CLAY (CH), brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.0 P = 3.25 P = 3.25 100/8.5" 100/2.75" 100/2" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-41 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 836.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43517 LATITUDE: 32.92382 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-41 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 26 841.0 2.0 835.0 8.0 830.0 13.0 828.0 15.0 16 10 3112 FAT CLAY (CH), dark brown, stiff to very stiff CLAYEY SAND (SC), brown, medium dense, trace limestone fragments - trace sand from 3' to 8' WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.50 N = 28 100/10" 100/6" 100/2.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-42 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 843.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43376 LATITUDE: 32.92381 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-42 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 39 830.0 8.0 823.0 15.0 19 2017 18 LEAN CLAY (CL), brown, stiff to very stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.0 P = 2.0 N = 21 100/2.5" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-43 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 838.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43250 LATITUDE: 32.92380 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-43 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 29 818.0 4.0 811.0 11.0 809.0 13.0 807.0 15.0 15 14 23 10 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.5 P = 3.0 P = 4.5+ P = 4.5+ P = 4.5+ 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-44 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 822.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43137 LATITUDE: 32.92381 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-44 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 67 807.0 4.0 798.0 13.0 796.0 15.0 22 45 FAT CLAY (CH), dark brown, stiff to very stiff WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.5 P = 3.0 N = 8 N = 50/2" 100/3" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-45 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 811.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43004 LATITUDE: 32.92378 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-45 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 811.0 2.0 801.0 12.0 798.0 15.0 LEAN CLAY (CL), dark brown, very soft, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = .75 100/8.25" 100/1" 100/1.25" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-46 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 813.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.42987 LATITUDE: 32.92249 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-46 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 51 30 800.0 2.0 796.0 6.0 787.0 15.0 23 15 28 15 79 23 14 FAT CLAY (CH), dark brown, stiff, trace limestone fragments LEAN CLAY (CL), light brown, hard, calcareous deposit, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - clay seams from 6' to 13' P = 2.0 66/12" P = 4.25 100/7.5" 100/6.25" 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-47 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 802.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.42954 LATITUDE: 32.92145 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-47 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 67 49 787.0 6.0 781.0 12.0 778.0 15.0 28 21 39 28 29 26 FAT CLAY (CH), dark brown to brown, very stiff to hard - trace calcareous nodules and trace limestone fragments from 2 to 6 feet LEAN CLAY (CL), light brown, medium stiff to hard, trace calcareous nodules, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.25 P = 3.5 P = 4.5 P = 1.0 P = 4.5 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-48 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 793.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.42923 LATITUDE: 32.92021 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-48 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 782.0 2.0 771.0 13.0 769.0 15.0 LEAN CLAY (CL), brown, stiff, trace calcareous nodules, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - clay seams from 2 to 8 feet LIMESTONE, gray, with shale seams P = 1.5 63/12" 100/1" 100/0.75" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-49 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 784.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.42953 LATITUDE: 32.91916 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-49 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 783.0 2.0 772.0 13.0 770.0 15.0 FAT CLAY (CH), dark brown, hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams 75/12" 75/11.5" 100/2.75" 100/7.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-50 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 785.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.42982 LATITUDE: 32.91794 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-50 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 44 813.0 3.0 804.0 12.0 801.0 15.0 19 2523 9 LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5+ 100/9.5" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-51 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 816.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43256 LATITUDE: 32.91838 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-51 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 32 827.0 1.0 825.0 3.0 813.0 15.0 16 16 FAT CLAY (CH), brown, stiff, trace limestone fragments LEAN CLAY (CL), light brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.75 P = 4.5+ 100/1.25" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-52 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 828.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43254 LATITUDE: 32.91903 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-52 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 835.0 2.0 822.0 15.0 FAT CLAY (CH), dark brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - clay seams from 2 to 9 feet P = 4.5+ 100/7" 100/12" 100/9" 100/1.75" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-53 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 837.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43287 LATITUDE: 32.92242 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-18-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-53 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 37 833.0 4.0 823.0 14.0 822.0 15.0 19 1810 LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5+ P = 4.5+ 100/3.25" 100/1.75" 100/2" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-54 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 837.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43216 LATITUDE: 32.92242 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-18-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-54 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 51 834.0 4.0 830.0 8.0 823.0 15.0 21 30 33 24 FAT CLAY (CH), dark brown, very stiff, with limestone fragments FAT CLAY (CH), brown and tan, very stiff, shaley, trace limestone WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.0 P = 4.0 P = 4.0 100/2.25" 100/4.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-55 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 838.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43251 LATITUDE: 32.92214 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-18-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-55 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 39 818.0 2.0 816.0 4.0 807.0 13.0 805.0 15.0 20 1918 FAT CLAY (CH), dark brown, very stiff LEAN CLAY (CL), brown, stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5+ P = 2.0 100/8" 100/3" 100/2.25" 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-56 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 820.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43253 LATITUDE: 32.92146 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-19-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-56 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 815.0 4.0 806.0 13.0 804.0 15.0 FAT CLAY (CH), brown, very stiff, trace calcareous nodules, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.75 P = 3.25 100/2.75" 100/0.75" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-57 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 819.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43290 LATITUDE: 32.92116 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-16-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-57 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 813.0 4.0 805.0 12.0 802.0 15.0 14 14 LEAN CLAY (CL), brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.5 P = 4.0 100/8.75" 100/1" 100/2.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-58 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 817.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43218 LATITUDE: 32.92116 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-16-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-58 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 808.0 6.0 802.5 11.5 799.0 15.0 16 LEAN CLAY (CL), brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5 P = 3.5 N = 32 100/1.5" 100/2" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-59 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 814.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43095 LATITUDE: 32.92076 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-19-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-59 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 806.0 2.0 794.5 13.5 793.0 15.0 LEAN CLAY (CL), brown, hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - clay seams from 2 to 11 feet LIMESTONE, gray, with shale seams P = 4.5+ 100/1.25" 100/3.25" 100/6.5" 100/3.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-60 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 808.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43017 LATITUDE: 32.92075 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-16-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-60 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 32 799.0 2.0 796.0 5.0 788.0 13.0 786.0 15.0 16 16 FAT CLAY (CH), dark brown, hard, trace limestone fragments LEAN CLAY (CL), brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.25 P = 3.75 P = 4.5+ 100/6.5" 100/1.5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-61 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 801.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43092 LATITUDE: 32.92013 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-16-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-61 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 36 796.0 2.0 792.0 6.0 783.0 15.0 17 19 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY (CL), brown to light brown, hard, trace calcareous deposit, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.5 P = 4.0 P = 4.5+ 95/9.5" 100/1" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-62 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 798.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43039 LATITUDE: 32.92002 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-16-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-62 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 47 793.0 4.0 788.0 9.0 782.0 15.0 20 2719 13 LEAN CLAY (CL), brown, very stiff to hard - with limestone fragments from 2 to 4 feet LEAN CLAY (CL), light brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.0 P = 3.75 P = 4.5+ P = 4.5+ P = 4.0 100/2.75" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-63 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 797.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43070 LATITUDE: 32.91976 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-63 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 48 799.0 4.0 797.0 6.0 788.0 15.0 18 30 7020 16 LEAN CLAY (CL), dark brown to brown, very stiff, trace limestone fragments LEAN CLAY (CL), light brown, very stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.75 P = 3.75 N = 24 100/8.25" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-64 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 803.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43097 LATITUDE: 32.91952 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-64 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 791.0 2.0 787.0 6.0 779.5 13.5 778.0 15.0 17 11 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY (CL), brown, hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers SHALE, gray, with limestone seams P = 3.0 N = 50/2" 100/1" 100/10" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-65 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 793.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43025 LATITUDE: 32.91956 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-65 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 810.0 3.0 802.0 11.0 798.0 15.0 FAT CLAY (CH), brown, stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 1.25 N = 50/5" 100/1.5" 100/1.5" 100/2.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-66 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 813.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43120 LATITUDE: 32.91915 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-19-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-66 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 39 798.0 3.0 795.0 6.0 786.0 15.0 13 26 6112 FAT CLAY (CH), dark brown, very stiff, with limestone fragments LEAN CLAY (CL), brown, stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.5 N = 17 N = 11 100/0.75" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-67 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 801.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43024 LATITUDE: 32.91918 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-67 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 809.0 2.0 799.0 12.0 796.0 15.0 FAT CLAY (CH), brown, hard, trace sand, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5 100/3.5" 100/2.75" 100/2.75" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-68 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 811.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43068 LATITUDE: 32.91871 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-68 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 31 800.0 2.0 797.0 5.0 787.0 15.0 17 14 7214 FAT CLAY (CH), brown, hard, trace limestone fragments LEAN CLAY (CL), light brown, hard, trace calcareous deposit, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5+ P = 4.5+ P = 4.5+ 100/4.25" 100/1.25" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-69 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 802.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43119 LATITUDE: 32.91834 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-69 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 30 801.0 2.0 797.0 6.0 788.0 15.0 17 13 18 15 LEAN CLAY (CL), brown, very stiff, trace limestone fragments LEAN CLAY (CL), light black, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 3.0 P = 2.75 67/12" 100/1.5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-70 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 803.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43026 LATITUDE: 32.91841 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-70 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 837.0 4.0 826.0 15.0 13 LEAN CLAY (CL), brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - trace clay from 4 to 12 feet P = 4.0 P = 4.25 95/10" 100/2" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-71 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 841.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43453 LATITUDE: 32.91852 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-71 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 37 832.0 2.0 828.0 6.0 819.0 15.0 19 189 FAT CLAY (CH), dark brown, hard, trace limestone fragments LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.25 P = 4.5+ 100/7.5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-72 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 834.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43399 LATITUDE: 32.91849 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-72 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 839.0 2.0 837.0 4.0 826.0 15.0 17FAT CLAY (CH), brown, very stiff, with limestone fragments SILTY CLAY (CL-ML), tan, stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.25 N = 12 100/5.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-73 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 841.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43453 LATITUDE: 32.91888 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-73 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 27 837.0 2.0 831.0 8.0 824.0 15.0 17 1014 8 FAT CLAY (CH), dark brown, hard, trace limestone fragments LEAN CLAY (CL), brown, very stiff to hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - clay layers from 8 to 12 feet P = 4.5+ P = 3.0 P = 4.5+ P = 4.5+ 100/8.5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-74 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 839.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43401 LATITUDE: 32.91890 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-74 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 814.0 2.0 812.0 4.0 807.0 9.0 801.0 15.0 10 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY (CL), light brown, very dense, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.5 P = 3.5 N = 68 100/1.5" 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-75 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 816.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43026 LATITUDE: 32.92299 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-19-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-75 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 37 824.0 2.0 822.0 4.0 815.0 11.0 811.0 15.0 16 21 7812 FAT CLAY (CH), brown, very stiff, trace limestone fragments LEAN CLAY (CL), light brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.75 P = 3.5 100/3.5" 100/1" 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-76 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 826.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43336 LATITUDE: 32.92056 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-76 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 814.0 1.0 809.0 6.0 803.0 12.0 800.0 15.0 24FAT CLAY (CH), dark brown, stiff, trace limestone fragments LEAN CLAY (CL), light brown, stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 1.5 22/12" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-77 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 815.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43688 LATITUDE: 32.91912 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-77 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 821.5 1.5 808.0 15.0 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 2.0 62/11" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-78 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 823.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43585 LATITUDE: 32.91907 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-78 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 41 825.0 2.0 824.0 3.0 816.0 11.0 812.0 15.0 19 2220 4 LEAN CLAY (CL), brown, hard, trace calcareous nodules LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5+ P = 4.5+ 95/7.5" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-79 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 827.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43365 LATITUDE: 32.91823 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-79 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 828.0 2.0 827.0 3.0 818.0 12.0 815.0 15.0 16FAT CLAY (CH), brown, stiff, trace limestone fragments FAT CLAY (CH), light brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 1.5 P = 4.5+ 100/10.5" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-80 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 830.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43333 LATITUDE: 32.91870 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-80 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 813.0 1.0 801.0 13.0 799.0 15.0 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.0 100/1.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-81 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 814.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43207 LATITUDE: 32.91863 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-24-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-81 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 27 793.0 2.0 791.0 4.0 780.0 15.0 15 1213 FAT CLAY (CH), dark brown, hard, trace limestone fragments LEAN CLAY (CL), light brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5+ P = 4.5+ 100/2.25" 100/1" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-82 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 795.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43072 LATITUDE: 32.91807 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-82 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 793.0 1.0 781.0 13.0 779.0 15.0 LEAN CLAY (CL), brown, hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers SHALE, gray, with limestone seams P = 4.5+ N = 24 100/2.75" 100/1.5" 100/1.5" 100/7" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-83 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 794.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.42988 LATITUDE: 32.91890 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-19-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-83 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 32 798.0 1.0 795.0 4.0 787.0 12.0 784.0 15.0 15 17 7915 FAT CLAY (CH), dark brown, stiff, trace limestone fragments LEAN CLAY (CL), light brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 1.75 P = 3.75 86/10" 100/2.75" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-84 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 799.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.42982 LATITUDE: 32.92036 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-16-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-84 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 821.0 3.0 820.0 4.0 813.0 11.0 809.0 15.0 17 FAT CLAY (CH), dark brown, very stiff FAT CLAY (CH), brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.5 P = 2.75 100/10.75" 100/2.5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-85 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 824.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43331 LATITUDE: 32.92116 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-15-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-85 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 31 820.0 2.0 818.0 4.0 810.0 12.0 807.0 15.0 15 16 FAT CLAY (CH), brown, hard, trace limestone fragments LEAN CLAY (CL), light brown, hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5 P = 4.5 93/10" 100/1.25" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-86 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 822.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43182 LATITUDE: 32.92119 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-16-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-86 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 818.0 2.0 815.0 5.0 805.0 15.0 19 FAT CLAY (CH), dark brown, hard, trace limestone fragments FAT CLAY (CH), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers P = 4.5+ P = 4.5+ P = 4.5+ N = 23 100/1.75" 100/2.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-87 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 820.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43055 LATITUDE: 32.92111 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-19-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-87 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 16 832.0 2.0 830.0 4.0 826.0 8.0 820.0 14.0 819.0 15.0 13 3 14 6 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY (CL), brown, hard, trace limestone fragments LEAN CLAY (CL), light brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.0 P = 4.5+ P = 4.5+ P = 4.0 100/7" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-88 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 834.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43331 LATITUDE: 32.92248 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-18-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-88 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 836.0 2.0 827.0 11.0 823.0 15.0 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.5 100/4" 100/2" 100/1.5" 100/0.75" 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-89 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 838.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43250 LATITUDE: 32.92280 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-18-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-89 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 835.0 1.0 823.0 13.0 821.0 15.0 LEAN CLAY (CL), brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5+ N = 30 100/2.25" 100/2.25" 100/0.75" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-90 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 836.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43175 LATITUDE: 32.92246 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-18-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-90 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 32 821.0 2.0 819.0 4.0 810.0 13.0 808.0 15.0 16 1614 7 LEAN CLAY (CL), brown, very stiff, trace limestone fragments LEAN CLAY (CH), light brown, very stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.25 P = 2.5 N = 43 100/1.5" 100/1.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-91 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 823.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43055 LATITUDE: 32.92228 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-19-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-91 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 806.0 3.0 797.0 12.0 794.0 15.0 FAT CLAY (CH), dark brown, very stiff WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.5 P = 3.5 N = 23 100/1.5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-92 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 809.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.42990 LATITUDE: 32.92177 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-19-21 COMPLETION DEPTH: 15.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-92 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 36 824.0 2.0 822.0 4.0 813.0 13.0 801.0 25.0 16 20 6914 5 FAT CLAY (CH), brown, very stiff, trace limestone fragments LEAN CLAY (CL), light brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.0 P = 2.0 N = 50/4" 100/2.5" 100/1.5" 100/1.5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-93 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 826.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43305 LATITUDE: 32.91871 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-93 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 34 834.0 2.0 832.0 4.0 823.0 13.0 811.0 25.0 16 18 8219 7 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments LEAN CLAY (CL), brown, stiff to very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.0 P = 1.5 100/8.25" 100/1.25" 100/0.5" 100/1.25" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-94 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 836.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43517 LATITUDE: 32.92379 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-94 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 840.0 3.0 830.0 13.0 818.0 25.0 FAT CLAY (CH), dark brown, hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - with clay seams from 3 to 7 feet LIMESTONE, gray, with shale seams P = 4.25 79/12" 100/7" 100/7.75" 100/1.5" 100/1.25" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-95 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 843.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43375 LATITUDE: 32.92357 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-95 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 810.0 2.0 800.0 12.0 787.0 25.0 FAT CLAY (CH), dark brown, stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - trace clay from 2 to 7 feet LIMESTONE, gray, with shale seams P = 1.75 82/9.5" 72/12" 100/2.75" 100/1.5" 100/1.25" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-96 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 812.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43033 LATITUDE: 32.92370 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-96 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 797.0 4.0 790.0 11.0 784.0 17.0 771.0 30.0 17 15 17 FAT CLAY (CH), dark brown, very stiff, trace limestone fragment LEAN CLAY (CL), brown, hard, trace sand, calcareous nodules trace limestone fragments from 6 ' to 10' WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.0 P = 3.5 P = 4.5+ P = 4.5+ P = 4.5+ 100/0.75" 100/1.25" 100/1" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-97 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 801.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43099 LATITUDE: 32.91977 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 30.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-97 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 800.0 4.0 791.0 13.0 779.0 25.0 21 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.0 P = 2.5 90/9.75" 100/1.5" 100/1.25" 100/0.75" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-98 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 804.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43116 LATITUDE: 32.91970 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-98 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 37 798.0 2.0 796.0 4.0 791.0 9.0 780.0 20.0 18 19 8821 FAT CLAY (CH), brown, soft, with limestone fragments LEAN CLAY (CL), brown, stiff, trace limestone seams WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 1.50 P = 2.25 N = 38 100/2.5" 100/0.5" 100/2.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-99 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 800.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43064 LATITUDE: 32.91946 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 20.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-99 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 797.0 11.0 783.0 25.0 WEATHERED LIMESTONE, tan, with shale seams and clay layers - clay seams up to 7 feet LIMESTONE, gray, with shale seams N = 17 N = 11 100/1.25" 100/2.5" 100/0.63" 100/0.5" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-100 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 808.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43093 LATITUDE: 32.91929 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (24 HOURS): 4.0 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-100 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: 6.0 813.0 3.0 804.0 12.0 791.0 25.0 FAT CLAY (CH), brown , tan, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - trace clay from 3 to 6 feet LIMESTONE, gray, with shale seams P = 2.0 69/12" 100/1.25" 100/0.75" 100/1" 100/1.25" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-101 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 816.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43162 LATITUDE: 32.91933 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-101 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 813.0 1.0 802.0 12.0 789.0 25.0 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.5 N = 12 N = 50/2" 100/1.5" 100/1.25" 100/2" 100/0.75" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-102 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 814.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43133 LATITUDE: 32.91897 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-102 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 831.0 2.0 819.0 14.0 808.0 25.0 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - trace clay from 2 to 7.5 feet LIMESTONE, gray, with shale seams N = 15 N = 31 N = 48 100/1.5" 100/1" 100/1.25" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-103 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 833.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43302 LATITUDE: 32.91901 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-103 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 825.0 2.0 823.0 4.0 815.0 12.0 802.0 25.0 14 13 FAT CLAY (CH), dark brown, very stiff, trace limestone fragments FAT CLAY (CH), brown, very stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - trace clay from 4 to 7.5 feet LIMESTONE, gray, with shale seams P = 2.50 P = 2.75 N = 42 N = 50/3" 100/1" 100/1.5" 100/1.5" 100/1.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-104 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 827.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43521 LATITUDE: 32.91929 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 25.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-104 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 41821.0 1.0 810.0 12.0 796.0 26.0 792.0 30.0 24 17 118.4 119.4 5.5 141 137 118 17 8 8 18 LEAN CLAY (CL), brown, very stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams - tan limestone layers from 21' to 25' SHALE, dark gray, with limestone seams P = 2.25 N = 37 100/4.5" 100/6.75" 100/3.75" 100/1.25" 15'-25' 97/ 89 25'-30' 98/ 76 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-105 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 822.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43649 LATITUDE: 32.92214 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 30.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-105 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 820.0 1.0 809.0 12.0 795.0 26.0 791.0 30.0 144.7 21.5 2.0 137 134 124 10 12 11 FAT CLAY (CH), brown, hard, with limestone fragments, sand WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, dark gray, with limestone seams P = 4.5+ N = 17 100/2" 100/5" 100/1" 15'-25' 98/ 68 25'-30' 100/ 100 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-106 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 821.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43655 LATITUDE: 32.92186 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-4-21 COMPLETION DEPTH: 30.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-106 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 56 814.0 3.0 798.0 19.0 782.0 35.0 21 3534FAT CLAY (CH), dark brown, stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - with clay layers from 3 to 8 feet LIMESTONE, gray, with shale seams P = 2.75 66/12" 82/11" 100/1.5" 100/1" 100/0.75" 100/1.25" 100/1.5" 100/2.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-107 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 817.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43673 LATITUDE: 32.92159 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 35.0 WATER LEVEL (24 HOURS): 19.0 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-107 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: 26.0 31 811.0 2.0 797.0 16.0 778.0 35.0 15 16 11 12 FAT CLAY (CH), brown, hard, with limestone layers WEATHERED LIMESTONE, tan, with shale seams and clay layers SHALE, gray, with limestone seams P = 4.5+ N = 23 100/1" 100/1.25" 100/2.5" 100/1.25" 100/3" 100/4.25" 100/4" 100/3" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-108 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 813.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43671 LATITUDE: 32.92134 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-108 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 820.0 1.0 809.0 12.0 793.0 28.0 786.0 35.0 12 6 FAT CLAY (CH), dark brown, hard, with limestone sand WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 4.5 N = 50/5" N = 50/5" 100/3.25" 100/0.5" 100/0.5" 100/0.75" 100/4.5" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-109 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 821.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43606 LATITUDE: 32.92159 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-109 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 809.0 10.0 793.0 26.0 784.0 35.0 54.5 31.5 4.3 17.2 138 134 119 146 8 16 8 9 15 4 WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams - tan layers at 19.4 feet SHALE, dark gray, with limestone seams N = 17 39/12" N = 50/5" 100/4.75" 100/2" 100/1.25" 15'-25' 97/ 70 25'-35' 99/ 86 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-110 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 819.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43627 LATITUDE: 32.92137 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-4-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-110 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 817.0 2.0 815.5 3.5 802.0 17.0 779.0 40.0 23 10 FAT CLAY (CH), dark brown, stiff, trace sand LEAN CLAY (CL), brown, very stiff, with limestone fragments, trace sand WEATHERED LIMESTONE, with shale seams and clay layers LIMESTONE, with shale seams P = 2.75 N = 24 100/7" 100/7" 100/0.75" 100/0.5" 100/1" 100/1.5" 100/0.75" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-111 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 819.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43569 LATITUDE: 32.92127 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-111 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 39 811.0 2.0 801.0 12.0 796.0 17.0 773.0 40.0 20 1919LEAN CLAY (CL), brown, stiff, trace sand WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 4.0 N = 25 N = 50/5" 100/1" 100/0.75" 100/9.25" 100/3.25" 100/1" 100/1.75" 100/1.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-112 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 813.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43612 LATITUDE: 32.92106 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-112 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 824.0 2.0 813.0 13.0 791.0 35.0 31.1 176.4 128.4 238.7 144 141 141 144 6 6 7 9 FAT CLAY (CH), brown, stiff WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.0 N = 24 100/12" 100/1.75" 100/1" 100/0.75" 15'-25' 97/ 65 25'-35' 91/ 64 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-113 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 826.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43546 LATITUDE: 32.92166 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-8-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-113 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 39 822.0 2.0 810.5 13.5 792.0 32.0 789.0 35.0 19 20 7318 4 LEAN CLAY WITH SAND (CL), brown, very stiff, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.25 N = 22 100/1.5" 100/0.75" 100/1" 100/0.5" 100/0.75" 100/0.75" 100/3.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-114 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 824.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43518 LATITUDE: 32.92134 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-114 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 54 817.0 2.0 815.0 4.0 803.0 16.0 794.0 25.0 779.0 40.0 22 32 92 234.2 11.1 7.9 12.8 139 122 139 128 24 20 5 8 13 9 11 FAT CLAY (CH), dark brown, very stiff, trace calcareous nodules FAT CLAY (CH), brown, very stiff, trace calcareous nodules, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 2.5 P = 3.75 100/5" 100/3.25" 100/10.5" 100/1" 100/0.75" 20'-30' 97/ 66 30'-40' 99/ 57 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-115 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 819.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43536 LATITUDE: 32.92095 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-8-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-115 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 25 824.0 2.0 822.0 4.0 810.0 16.0 793.0 33.0 786.0 40.0 14 115 FAT CLAY (CH), dark brown, very stiff, limestone fragments LEAN CLAY (CL), brown, very stiff, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.5 N = 15 100/7.5" 100/1" 100/2.25" 100/0.75" 100/0.5" 100/0.75" 100/3.25" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-116 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 826.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43485 LATITUDE: 32.92103 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-116 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 815.0 2.0 804.0 13.0 795.0 22.0 782.0 35.0 305 FAT CLAY (CH), dark brown, hard, some limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 4.25 N = 12 100/2.25" 100/4.75" 100/1.5" 100/0.5" 55/2.75" 100/4.25" 100/1" 100/1.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-117 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 817.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43589 LATITUDE: 32.92038 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-117 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 30 813.0 2.0 802.0 13.0 780.0 35.0 14 16 66 6.4 5.7 116.2 12.2 142 116 147 125 9 6 15 5 12 FAT CLAY (CH), dark brown, stiff, limestone fragment, sand WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.5 N = 14 N = 24 100/1.5" 100/1.25" 100/1" 15'-25' 91/ 38 25'-35' 100/ 94 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-118 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 815.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43568 LATITUDE: 32.92072 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-8-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-118 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 46 820.0 2.0 806.0 16.0 794.0 28.0 782.0 40.0 21 2521LEAN CLAY (CL), dark brown, hard WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams - shale seams present from 25 to 28 feet SHALE, gray, with limestone seams P = 4.5+ N = 69 100/3.5" 78/8.75" 83/7.25" 100/0.75" 100/0.75" 100/6.25" 100/1" 100/5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-119 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 822.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43521 LATITUDE: 32.92073 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 40.0 WATER LEVEL (24 HOURS): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-119 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 820.0 2.0 810.0 12.0 792.0 30.0 787.0 35.0 LEAN CLAY (CL), brown, stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 4.5+ N = 50/5" 100/9.5" 100/2" 100/2.75" 100/1.25" 100/0.75" 100/0.75" 100/1.5" 100/2.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-120 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 822.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43576 LATITUDE: 32.91998 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-120 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 822.0 1.0 811.0 12.0 792.0 31.0 788.0 35.0 LEAN CLAY (CL), brown, hard, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 4.5+ N = 32 100/12" 100/2.75" 100/2.25" 100/2" 100/0.75" 100/1" 100/0.75" 100/5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-121 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 823.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43547 LATITUDE: 32.92034 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-121 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 27 831.0 2.0 827.0 6.0 819.5 13.5 793.0 40.0 14 13 77 10 8 FAT CLAY (CH), dark brown, very stiff LEAN CLAY (CL), brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.75 N = 13 N = 32 100/2.75" 100/0.75" 100/0.5" 100/0.5" 100/0.75" 100/0.5" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-122 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 833.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43348 LATITUDE: 32.92234 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 2-25-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-122 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 47 831.5 2.5 828.0 6.0 825.0 9.0 817.0 17.0 789.0 45.0 14 33 24 26 10 FAT CLAY (CH), dark brown, very stiff, limestone fragments LEAN CLAY (CL), brown, very stiff, with calcareous deposits LEAN CLAY (CL), tan and gray, very stiff to hard, with shale and calcareous deposits WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.75 P = 2.5 P = 2.75 P = 2.75 N = 45 100/1.75" 100/1" 100/0.75" 100/0.75" 100/0.75" 100/0.5" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-123 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 834.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43299 LATITUDE: 32.92234 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-4-21 COMPLETION DEPTH: 45.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-123 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 827.0 3.0 816.0 14.0 790.0 40.0 FAT CLAY (CH), dark brown, hard, trace limestone fragments and calcareous nodules WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.25 P = 4.5 N = 50/5" 58/12" 100/1" 100/0.75" 100/1.25" 100/1" 100/0.75" 100/0.75" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-124 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 830.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43354 LATITUDE: 32.92198 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 2-25-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-124 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 54 820.0 5.0 812.0 13.0 785.0 40.0 21 33 81.9 31.4 13.5 16.0 5.2 145 148 142 134 117 19 7 4 6 9 18 FAT CLAY (CH), dark brown, very stiff to hard, trace calcareous nodules - trace limestone fragments from 3' to 5' WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.75 P = 4.5+ P = 4.5+ 100/6" 100/0.75" 100/0.5" 15'-25' 99/ 74 25'-35' 100/ 72 35'-40' 94/ 60 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-125 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 825.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43324 LATITUDE: 32.92181 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 2-25-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-125 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 823.0 4.0 814.0 13.0 777.0 50.0 88.6 15.2 224.7 65.3 215.4 10.0 15.9 147 139 141 142 139 129 128 8 7 7 7 8 12 8 12 FAT CLAY (CH), dark brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5+ P = 4.5+ 100/10.5" 100/4" 100/0.5" 15'-20' 96/ 74 20'-30' 100/ 68 30'-40' 100/ 85 40'-50' 100/ 86 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-126 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 827.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43299 LATITUDE: 32.92198 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 2-25-21 COMPLETION DEPTH: 50.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-126 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 825.0 3.0 815.5 12.5 788.0 40.0 FAT CLAY (CH), brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.0 P = 4.5+ N = 41 100/3" 100/3.25" 100/0.5" 100/1" 100/2" 100/0.75" 100/0.5" 100/5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-127 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 828.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43353 LATITUDE: 32.92163 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-4-21 COMPLETION DEPTH: 40.0 WATER LEVEL (24 HOURS): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-127 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 52 818.0 4.0 816.0 6.0 809.0 13.0 787.0 35.0 782.0 40.0 21 31 7616 FAT CLAY (CH), dark brown, very stiff to hard, with trace calcareous nodules, limestone fragments LEAN CLAY (CL), tan, hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.75 P = 4.5+ N = 52 100/1" 100/1.25" 100/1.5" 100/0.75" 100/0.5" 100/5.5" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-128 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 822.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43299 LATITUDE: 32.92163 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 2-25-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-128 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 825.0 2.0 822.0 5.0 814.0 13.0 787.0 40.0 FAT CLAY (CH), brown, hard, and sand LEAN CLAY (CL), light brown, hard, trace limestone WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5 N = 50 N = 50/2" 100/1.75" 100/1" 100/1" 100/0.75" 100/0.75" 100/0.5" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-129 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 827.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43348 LATITUDE: 32.92126 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 2-25-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-129 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 49 816.0 4.0 808.0 12.0 785.0 35.0 780.0 40.0 20 2920 FAT CLAY (CH), dark brown, very stiff to hard WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.0 P = 4.5+ 100/5.75" 100/2.25" 100/0.75" 100/1.25" 100/1" 100/1" 100/4.5" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-130 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 820.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43299 LATITUDE: 32.92127 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 2-25-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-130 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 833.0 3.0 821.0 15.0 796.0 40.0 FAT CLAY (CH), dark brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.0 N = 50/5" 84/12" 50/12" 100/1" 100/0.5" 100/0.5" 100/0.5" 100/0.75" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-131 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 836.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43206 LATITUDE: 32.92222 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-131 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 833.0 1.0 827.0 7.0 822.0 12.0 794.0 40.0 4.711818 FAT CLAY (CH), dark brown, very stiff CLAYEY SAND (SC), light brown, hard, with limestone fragments WEATHERED LIMESTONE, tan and gray, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.25 N = 56 N = 29 P = 4.5+ 100/4" 100/1.75" 100/0.5" 100/0.5" 100/0.75" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-132 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 834.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43157 LATITUDE: 32.92223 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 40.0 WATER LEVEL (24 HOURS): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-132 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 49 830.0 3.0 822.0 11.0 816.0 17.0 788.0 45.0 17 32 95 34 18 LEAN CLAY (CL), dark brown, very stiff, limestone fragments LEAN CLAY (CL), light brown, very stiff, trace limestonesilt WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.0 N = 30 N = 15 N = 53 100/0.75" 100/0.75" 100/1.25" 100/0.5" 100/1.75" 100/1" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-133 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 833.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43206 LATITUDE: 32.92181 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 45.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-133 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 832.0 1.0 823.0 10.0 820.0 13.0 793.0 40.0 39 11 FAT CLAY (CH), dark brown, stiff FAT CLAY (CH), light brown and gray, very stiff to hard, with weathered limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 1.75 N = 32 N = 25 P = 4.5+ 100/6" 100/1" 100/0.5" 100/0.5" 100/0.75" 100/0.5" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-134 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 833.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43157 LATITUDE: 32.92181 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-134 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 821.0 4.0 812.0 13.0 787.5 37.5 775.0 50.0 4.8 7.5 64.1 172.3 332.6 10.2 137 129 142 139 152 153 124 10 6 12 7 8 4 4 14 FAT CLAY (CH), brown, very stiff to hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.5 P = 4.5+ 100/3.25" 100/0.75" 100/0.75" 15'-25' 99/ 60 25'-35' 100/ 70 35'-45' 100/ 78 45'-50' 96/ 78 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-135 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 825.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43206 LATITUDE: 32.92139 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 50.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-135 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 27 829.0 2.0 827.0 4.0 814.0 17.0 786.0 45.0 16 11 153.1 21.8 9.0 47.2 157 117 133 141 15 4 27 8 7 FAT CLAY (CH), dark brown, stiff LEAN CLAY (CL), light brown, stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 1.5 P = 1.75 100/2" 80/12" 100/1" 100/1" 100/0.75" 20'-30' 90/ 50 30'-40' 99/ 88 40'-45' 100/ 96 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-136 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 831.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43157 LATITUDE: 32.92139 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 45.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-136 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 68 818.0 4.0 809.0 13.0 790.0 32.0 787.0 35.0 23 45 FAT CLAY (CH), dark brown, very stiff, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.0 100/8.5" 100/7.75" 100/3.75" 100/2.25" 100/1" 100/2.25" 100/1" 100/5.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-137 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 822.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43314 LATITUDE: 32.92094 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-137 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 813.0 4.0 801.0 16.0 785.0 32.0 777.0 40.0 9025 FAT CLAY (CH), dark brown, hard WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 4.0 P = 4.0 95/12" 100/2.25" 100/5" 100/8.25" 100/1.25" 100/1" 100/0.75" 100/5.5" 100/3.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-138 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 817.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43275 LATITUDE: 32.92094 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-138 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 809.5 3.5 802.0 11.0 778.0 35.0 195.3 52.8 181.1 10.0 137 142 145 122 19 8 6 7 15 FAT CLAY (CH), dark brown, stiff - limestone fragments from 1' to 3.5 WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 1.25 N = 24 N = 50/4" 100/2.5" 100/0.75" 15'-25' 99/ 77 25'-35' 96/ 64 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-139 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 813.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43234 LATITUDE: 32.92094 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-139 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 813.0 2.0 803.0 12.0 780.0 35.0 FAT CLAY (CH), dark brown, hard, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.5+ N = 50/6" 100/6.75" 100/0.75" 100/8.5" 100/1.25" 100/1" 100/0.5" 100/1.25" 100/2.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-140 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 815.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43193 LATITUDE: 32.92094 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-140 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 821.0 2.0 811.0 12.0 791.0 32.0 788.0 35.0 FAT CLAY (CH), brown, very stiff, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.5 N = 38 100/10.5" 100/1.75" 100/0.75" 100/2.75" 100/2.25" 100/0.5" 100/1" 100/5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-141 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 823.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43315 LATITUDE: 32.92052 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-141 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 810.0 4.0 802.0 12.0 779.0 35.0 31.5 140.1 192.9 4.5 140 141 146 123 4 9 7 5 12 FAT CLAY (CH), dark brown, very stiff to hard - limestone fragments from 2' to 4' WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.0 N = 31 80/9.5" 100/3.25" 15'-25' 96/ 89 25'-35' 98/ 97 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-142 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 814.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43254 LATITUDE: 32.92052 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-3-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-142 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 807.0 2.0 805.0 4.0 795.0 14.0 783.0 26.0 774.0 35.0 18 FAT CLAY (CH), dark brown, very stiff LEAN CLAY (CL), brown, very stiff WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.25 P = 3.5 100/10.25" 94/12" 98/12" 100/1" 100/1.25" 100/1.25" 100/3.5" 100/3" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-143 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 809.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43193 LATITUDE: 32.92052 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-143 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 29 820.0 2.0 818.0 4.0 809.0 13.0 787.0 35.0 782.0 40.0 15 14 3323 FAT CLAY (CH), dark brown, very stiff, limestone fragments LEAN CLAY (CL), brown, hard, some limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.5 P = 4.5+ N = 50/2" 100/1.75" 100/6" 100/2.5" 100/0.75" 100/0.5" 100/7" 100/1.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-144 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 822.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43295 LATITUDE: 32.92014 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-144 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 815.0 2.0 803.5 13.5 782.0 35.0 FAT CLAY (CH), dark brown, very stiff, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 2.25 N = 50/3" 100/3.5" 95/12" 100/3" 100/0.75" 100/0.5" 100/0.75" 100/1.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-145 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 817.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43254 LATITUDE: 32.92014 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-145 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 809.5 3.5 799.0 14.0 786.0 27.0 778.0 35.0 FAT CLAY (CH), dark brown, stiff, trace limestone fragments - limestone gravel at 2 feet WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 4.5 N = 24 80/12" 100/1.25" 100/0.75" 100/0.5" 100/0.5" 100/5" 100/3.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-146 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 813.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43213 LATITUDE: 32.92015 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-10-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-146 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 44 821.0 2.0 812.0 11.0 798.0 25.0 783.0 40.0 19 25 4522 8 LEAN CLAY (CL), brown, stiff, trace sand and limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - trace clay, silt from 2 to 8 feet LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 1.0 N = 10 N = 24 N = 29 100/2" 100/0.5" 100/0.75" 100/4" 100/1" 100/1.5" 100/2.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-147 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 823.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43684 LATITUDE: 32.92331 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-4-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-147 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 38 816.0 4.0 807.0 13.0 795.0 25.0 780.0 40.0 19 1920LEAN CLAY (CL), brown, stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 2.0 N = 7 N = 50/6" 100/1.25" 100/0.5" 100/0.75" 100/6" 100/2.5" 100/3.25" 100/2.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-148 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 820.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43643 LATITUDE: 32.92315 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-4-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-148 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 811.0 1.0 799.5 12.5 772.0 40.0 16FAT CLAY (CH), dark brown, very stiff, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers SHALE, gray, with limestone seams P = 3.0 N = 16 100/3.5" 100/1.25" 100/4.75" 100/0.75" 100/4.25" 100/2.25" 100/5.25" 100/5.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-149 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 812.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43705 LATITUDE: 32.92294 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-5-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-149 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 42 809.0 4.0 800.0 13.0 768.0 45.0 19 23 7319LEAN CLAY (CL), brown, very stiff - limestone fragments at 2' to 4' WEATHERED LIMESTONE, tan, with shale seams and clay layers SHALE, gray, with limestone seams P = 3.5 N = 50/5" 100/1.25" 68/12" 100/4" 100/8.75" 100/2.75" 100/1.75" 100/1" 100/0.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-150 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 813.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43667 LATITUDE: 32.92272 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-5-21 COMPLETION DEPTH: 45.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-150 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 41 29 819.0 2.0 815.0 6.0 807.0 14.0 798.0 23.0 776.0 45.0 18 16 23 13 19 12 FAT CLAY (CH), dark brown, very stiff, calcareous nodules LEAN CLAY (CL), brown, very stiff to hard, trace limestone fragments and calcareous nodules WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.5 P = 3.25 P = 4.5+ P = 4.5+ N = 28 100/0.75" 100/1" 100/7" 100/5" 100/7.5" 100/1.25" 100/6.25" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-151 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 821.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43606 LATITUDE: 32.92299 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-5-21 COMPLETION DEPTH: 45.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-151 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 45 825.0 2.0 814.0 13.0 787.0 40.0 23 2218LEAN CLAY (CL), dark brown, very stiff, trace limestone fragments and calcareous nodules WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.5 N = 50/4" N = 31 100/6" 100/1.25" 100/0.5" 100/0.5" 100/0.5" 100/0.75" 100/2" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-152 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 827.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43570 LATITUDE: 32.92285 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-5-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-152 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 21 821.0 1.0 818.0 4.0 809.0 13.0 792.0 30.0 782.0 40.0 13 8 3023 FAT CLAY (CH), dark brown, very stiff, with limestone fragments LEAN CLAY (CL), light brown, very stiff to hard, with limestone seams and trace calcareous nodules WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 3.5 N = 18 85/12" 100/5" 100/0.5" 100/0.5" 100/0.75" 100/3.25" 100/2" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-153 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 822.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43635 LATITUDE: 32.92247 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-8-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-153 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 32 825.0 2.0 814.5 12.5 792.0 35.0 787.0 40.0 18 1416LEAN CLAY (CL), brown, stiff, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers - trace clay from 2 to 4 feet LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 4.5+ N = 53 N = 50/5" 100/0.5" 100/2.5" 100/1.75" 100/0.75" 100/0.5" 100/4.5" 100/3" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-154 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 827.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43599 LATITUDE: 32.92232 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-8-21 COMPLETION DEPTH: 40.0 WATER LEVEL (24 HOURS): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-154 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 35 833.0 2.0 830.0 5.0 822.0 13.0 795.0 40.0 14 2116 FAT CLAY (CH), brown, very stiff, limestone fragments LEAN CLAY (CL), light brown, stiff to hard, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.25 P = 4.25 N = 21 100/1" 100/2" 100/0.5" 100/1.25" 100/0.5" 100/0.75" 100/3.5" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-155 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 835.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43532 LATITUDE: 32.92269 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-8-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-155 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 36 832.0 2.0 829.0 5.0 820.0 14.0 794.0 40.0 15 21 8714 FAT CLAY (CH), dark brown, hard, trace limestone fragments LEAN CLAY (CL), brown, very stiff to hard, with limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 4.0 N = 16 N = 75 100/0.5" 100/0.5" 100/0.5" 100/0.75" 100/0.75" 100/1" 100/0.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-156 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 834.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43552 LATITUDE: 32.92232 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-8-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-156 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 33 826.0 2.0 817.0 11.0 788.0 40.0 16 1716LEAN CLAY (CL), brown, very stiff, trace limestone fragments and calcareous nodules WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams P = 3.0 N = 19 100/1.75" 100/0.75" 100/5.25" 100/1.5" 100/2" 100/1.25" 100/0.75" 100/1.25" 100/3" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-157 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 828.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43581 LATITUDE: 32.92198 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-5-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-157 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 47 812.0 4.0 799.0 17.0 771.0 45.0 21 26 84 206.2 9.8 27.5 137 124 139 22 9 15 9 LEAN CLAY (CL), dark brown, very stiff to stiff, trace calcareous nodules WEATHERED LIMESTONE, tan, with shale seams and clay layers SHALE, gray, with limestone seams P = 3.0 P = 2.75 N = 24 N = 50/6" 100/0.75" 100/0.75" 100/8.5" 100/1" 25'-35' 50/ 10 100/3" 35'-45' 99/ 73 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-158 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 816.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43652 LATITUDE: 32.92291 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-5-21 COMPLETION DEPTH: 45.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-158 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 823.0 2.0 812.0 13.0 796.0 29.0 785.0 40.0 292.9 116.1 13.4 98.7 144 142 133 142 7 11 13 9 FAT CLAY (CH), dark brown, hard, trace limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers LIMESTONE, gray, with shale seams SHALE, gray, with limestone seams P = 4.25 N = 50/5" 100/5.5" 100/3" 100/1" 100/0.75" 15'-25' 98/ 60 25'-35' 98/ 68 35'-40' 100/ 80 DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-159 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 825.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43598 LATITUDE: 32.92269 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-5-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-159 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 39 802.0 2.0 792.0 12.0 769.0 35.0 20 1918LEAN CLAY (CL), brown, very stiff, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers SHALE, gray, with limestone seams P = 3.25 N = 50/3" 100/3.5" 100/1.25" 100/8.75" 100/4.5" 100/3.25" 100/4.25" 100/2.75" 100/3.75" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-160 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 804.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43653 LATITUDE: 32.92039 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-9-21 COMPLETION DEPTH: 35.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-160 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 815.0 10.0 805.0 20.0 6 WEATHERED LIMESTONE, tan, with shale seams and clay layers - trace clay up 6 feet LIMESTONE, gray, with shale seams N = 17 N = 31 N = 16 100/3.5" 100/0.75" 100/1" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-161 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 825.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43684 LATITUDE: 32.92346 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-2-21 COMPLETION DEPTH: 20.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-161 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY 37 803.0 4.0 793.0 14.0 767.0 40.0 20 1719 LEAN CLAY (CL), brown, stiff, limestone fragments WEATHERED LIMESTONE, tan, with shale seams and clay layers SHALE, gray, with limestone seams P = 1.50 P = 2.75 100/1.75" 100/0.5" 100/1.5" 86/12" 100/1.75" 100/3" 100/3.5" 100/5.75" 100/9" DE P T H , F T 10 20 30 40 50 LOG OF BORING NO. B-162 PROJECT NO. 04.00184087 SA M P L E S LI Q U I D LI M I T , % SURF. ELEVATION: 807.0 LAYER ELEV./ DEPTH PL A S T I C LI M I T , % PL A S T I C I T Y IN D E X ( P I ) , % PA S S I N G N O . 20 0 S I E V E , % UN C O N F I N E D ST R E N G T H TS F UN I T D R Y WE I G H T , P C F SY M B O L WA T E R CO N T E N T , % STRATUM DESCRIPTION PO C K E T P E N , t s f Bl o w s / f t . RE C . / R Q D , % LONGITUDE: -97.43628 LATITUDE: 32.92064 N = Standard Penetration Resistance P = Pocket Penetrometer Value, (tsf) Note: All depths are measured in feet. KEY: DATE DRILLED: 3-8-21 COMPLETION DEPTH: 40.0 WATER LEVEL (UPON COMPLETION): DRY 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas PLATE B-162 FU G R O S T D ( L A T / L O N G ) F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 WATER LEVEL / SEEPAGE: DRY Note: Information on each boring log is a compilation of subsurface conditions and soil and rock classificaitons obtained from the field as well as from laboratory testing of samples. Strata have been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic condition or construction activity. References: (1) Peck, Hanson and Thornburn, (1974), Foundation Engineering. (2)TxDOT, (1999), Tex-142-E, Laboratory Classification of Soils for Engineering Purposes. (3) ASTM International, ASTM D 2488 Standard Practice for Description and Identification of Soils.PLATE Sampler Types TERMS AND SYMBOLS USED ON BORING LOGS FOR SOIL Thin-walled Tube Standard Penetration Test (SPT) Texas Cone Penetration Test (TCP) Auger Sample Bag Sample Material Types LEAN CLAY SANDY LEAN CLAY FAT CLAY SANDY FAT CLAY WELL-GRADED GRAVEL POORLY-GRADED GRAVEL SILTY GRAVEL CLAYEY GRAVEL WELL-GRADED SAND POORLY- GRADED SAND SILTY SAND CLAYEY SAND FILL ASPHALT CONCRETE AGGREGATE BASE Consistency Strength of Fine Grained Soils Consistency SPT (# blows/ft)(1)UCS (TSF)(1) Very Soft < 2 < 0.25 Soft 2 - 4 0.25 - 0.5 Medium Stiff 4 - 8 0.5 - 1.0 Stiff 8 - 15 1.0 - 2.0 Very Stiff 15 - 30 2.0 - 4.0 Hard > 30 > 4.0 Density of Coarse Grained Soils Apparent Density SPT (# blows/ft)TCP (# blows/ft)(2) Very Loose 0 - 4 < 8 Loose 4 - 10 8 - 20 Medium Dense 10 - 30 20 - 60 Dense 30 - 50 60 - 100 Very Dense > 50 > 100 Moisture Moisture Content adapted from (3) Dry No water evident in sample Moist Sample feels damp Very Moist Water visible on sample Wet Sample bears free water Structure(3) Criteria for Describing Structure Description Criteria Stratified Alternating layers of varying material or color with layers at least 6 mm thick; note thickness Laminated Alternating layers of varying material or color with the layers less than 6 mm thick; note thickness Fissured Breaks along definite planes of fracture with little resistance to fracturing Slickensided Fracture planes appear polished or glossy, sometimes striated Blocky Cohesive soil that can be broken down into small angular lumps which resist further breakdown Lensed Inclusion of small pockets of different soils, such as small lenses of sand scattered through a mass of clay; note thickness Homogeneous Same color and appearance throughout Grain Size(3) Boulders Cobbles Gravel Coarse Fine Sand Coarse Medium Fine Silt Clay U.S. Standard Sieve 12”3”3/4”4 10 40 200 300 75 19 4.75 2.00 0.425 0.075 0.002 Particle Grain Size in Milimeters Secondary Components Criteria for Describing Structure adapted from (3) Trace < 5% of sample Few 5% to 10% of sample Little 10% to 25% of sample Some 25% to 50% of sample Size Modifiers for Inclusions Pocket Inclusion of different material that is smaller than the diameter of the sample Fragment Pieces of a whole item - often used with shell and wood Nodule A concretion, a small, more or less rounded body that is usually harder than the surrounding soil (as in carbonate nodule) and was formed in the soil by a weathering process Streak A line or mark of contrasting color or texture. The mark or line should be paper thin, and it should be natural - not a smear caused by extruding or trimming the sample B-163 Note: Information on each boring log is a compilation of subsurface conditions and soil and rock classificaitons obtained from the field as well as from laboratory testing of samples. Strata have been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic condition or construction activity. References: (1) Peck, Hanson and Thornburn, (1974), Foundation Engineering. (3) ASTM International, ASTM D 2488 Standard Practice for Description and Identification of Soils. (4) British Standard (1981), Code of Practice for Site Investigation BS 5930.PLATE Sampler Types TERMS AND SYMBOLS USED ON BORING LOGS FOR ROCK Rock Core Texas Cone Penetration Test (TCP) Material Types LIMESTONE SHALE SANDSTONE MARL WEATHERED LIMESTONE WEATHERED SHALE WEATHERED SANDSTONE WEATHERED MARL Structure Bedding Thickness and Spacing of Planar Features Type Spacing Thickness Fracture Spacing Parting < 1/8 in.Laminar NA Seam 1/8 to 3/4 in.Extremely thin Extremely close (< 3/4 in.) 3/4 to 2 1/2 in.Very thin Very close Layer 2 1/2 to 6 in.Thin Close 6 to 24 in.Medium Moderate Bed 2 to 7 ft.Thick Wide 7 ft. to 20 ft.Very thick Very wide > 20 ft.Extremely thick Extremely wide Massive No stratification observed NA Occasional Occurring once or less per foot Frequently Occurring more than once per foot Discontinuities Joint A natural fracture along which no displacement has occurred. May occur in parallel groups called sets. Fracture/ Shear A natural fracture along which differential movement has occurred. May be slickensided or striated. Fault A natural fracture along which displacement has occurred. Usually lined with gouge and slickensides. Surface Planarity Curved A moderately undulating surface, with no sharp breaks or steps. Planar A flat surface Stepped A surface with asperities or steps. The height of the asperity should be estimated or measured. Roughness Very Rough Near vertical steps and ridges occur on the discontinuity Rough Some ridges and side-angle steps are evident; asperities are clearly visible, surface feels very abrasive. Slightly Rough Asperities on the discontinuity surfaces can be seen and felt. Smooth Surface appears smooth and feels smooth. Slickensided Evidence of polishing and movement are visible. Aperture Tight Core pieces on either side of fracture can be fitted together so that no visible void spaces remain. Open Core pieces on either side of fracture cannot be fitted tightly together and voids are visible. Healed A completely healed fracture or vein is not considered a discontinuity and should not be included when describing rock core fracturing or calculating RQD. This feature should be described including a record of dip, spacing, thickness, type of filling and any observed alteration. Weathering(4) Weathering Grades of Rock Mass Slightly Discoloration indicates weathering of rock material and discontinuity surfaces Moderately Less than half of the rock material is decomposed or disintegrated to a soil Highly More than half of the rock material is decomposed or disintegrated to a soil Completely All rock material is cecomposed and/or disintegrated to a soil. The original mass structure is still largely intact Residual Soil All rock material is converted to soil. The mass structure and material fabric are destroyed Hardness Criteria for Field Hardness Very Soft Can be carved with a knife. Can be excavated readily with point of pick. Pieces 1” or more in thickness can be broken by finger pressure. Readily scratched with fingernail Soft Can be gouged or grooved readily with knife or pick point. Can be excavated in chips to pieces several inches in size by moderate blows with the pick point. Small, thin pieces can be broken by finger pressure Medium Can be grooved or gouged ¼” deep by firm pressure on knife or pick point. Can be excavated in small chips to pieces about 1’ maximum size by hard blows with the point of a pick Hard Can be scratched with knife or pick only with difficulty. Hard blow of hammer required to detach a hand specimen Very Hard Cannot be scratched with knife or sharp pick. Breaking of hand specimens requires several hard blows from a hammer or pick Secondary Components(3) Criteria for Describing Structure Trace < 5% of sample Few 5% to 10% of sample Little 10% to 25% of sample Some 25% to 50% of sample Bag Sample Grain Size(3) Gravel Coarse Fine Sand Coarse Medium Fine U.S. Standard Sieve 3”3/4”4 10 40 200 75 19 4.75 2.00 0.425 0.075 Particle Grain Size in Milimeters Notation for Rock Core Samples RC_Rock Core sample + depth interval Rec Rock Core Sample Recovery (ASTM D2113) RQD Rock Quality Designation (ASTM D6032) B-164 760 770 780 790 800 810 820 830 840 0 0.001 0.002 0.003 0.004 0.005 0.006 760 770 780 790 800 810 820 830 840 0 0.001 0.002 0.003 0.004 0.005 0.006 Distance Along Baseline (ft) El e v a t i o n ( f t ) SUBSURFACE DIAGRAM SECTION 11 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas Project No. 04.00184087 PLATE B165 SI M P L E F E N C E - A S I Z E D A L L A S _ T E M P L A T E . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B W : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 6 / 2 5 / 2 1 B-122 B-123 B-131 B-132 B-149 B-150 B-153 B-154 B-156 780 785 790 795 800 805 810 815 820 825 830 835 0 0.001 0.002 0.003 0.004 0.005 0.006 780 785 790 795 800 805 810 815 820 825 830 835 0 0.001 0.002 0.003 0.004 0.005 0.006 Distance Along Baseline (ft) El e v a t i o n ( f t ) SUBSURFACE DIAGRAM SECTION 22 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas Project No. 04.00184087 PLATE B166 SI M P L E F E N C E - A S I Z E F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 B-107 B-109 B-113 B-114 B-127 B-128 B-133 B-136 765 770 775 780 785 790 795 800 805 810 815 820 825 0 0.001 0.002 0.003 0.004 0.005 765 770 775 780 785 790 795 800 805 810 815 820 825 0 0.001 0.002 0.003 0.004 0.005 Distance Along Baseline (ft) El e v a t i o n ( f t ) SUBSURFACE DIAGRAM SECTION 33 4057 Bonds Ranch Rd EMS ISD HIGH SCHOOL Fort Worth, Texas Project No. 04.00184087 PLATE B167 SI M P L E F E N C E - A S I Z E F U G R O D A T A T E M P L A T E 1 0 0 6 1 0 . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B I : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 7 / 8 / 2 1 B-118 B-119 B-141 B-142 B-143 B-162 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 41 Appendix C – Laboratory Testing Laboratory tests were performed to help evaluate the engineering properties of the soils. The tests were performed in general accordance with applicable ASTM test procedures. The testing program included: 1. moisture content, 2. dry unit weight, 3. Atterberg limits, 4. passing No. 200 sieve, 5. overburden swell, 6. one-dimensional consolidation of soil, 7. unconfined compressive strength of soil, 8. unconfined compressive strength of rock, 9. California Bearing Ratio (CBR) 10. Lime/PI Series, 11. pH, and 12. Sulfate content. The soils were classified according to the Unified Soil Classification System based on visual observation of the samples and laboratory test results. A summary of the index tests and unconfined compressive strength test results are presented on Plates C-1 through C-6. The results of index and strength tests are also presented on the boring logs. The results of overburden swell tests are presented in Table 23. Soluble sulfate content and pH tests were conducted on selected soil samples. The test results are summarized in Table 24 and Table 25, respectively. A CBR test was conducted on bulk samples collected from near boring B-49. The results of the CBR test is presented in Plate C-7. Table 23: Swell Test Results Boring Number Sample Depth (ft.) Liquid Limit Plasticity Index Initial Moisture Content (%) Final Moisture Content (%) Surcharge Pressure (psf) Vertical Swell (%) B-3 2 - 4 39 21 14.9 16.1 250 0.6 B-13 0 - 2 51 35 19.2 21.6 125 1.4 B-18 0 - 2 66 42 37.3 38.6 125 1.1 B-22 0 - 2 57 33 23.4 25.9 125 1.2 B-24 0 - 2 52 25 30.2 31.9 125 1.3 B-34 2 - 4 31 10 16.8 16.8 250 0.0 B-39 0 - 2 42 20 18.6 18.9 250 0.2 B-41 2 - 4 18.2 18.4 250 0.1 B-43 4 – 6 39 20 17.7 18 500 0.2 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 42 Boring Number Sample Depth (ft.) Liquid Limit Plasticity Index Initial Moisture Content (%) Final Moisture Content (%) Surcharge Pressure (psf) Vertical Swell (%) B-44 2 - 4 22.2 23.4 250 0.7 B-48 2 - 4 67 39 25.6 28.8 250 1.4 B-55 0 - 2 26.5 32.9 125 5.8 B-59 2 - 4 15.3 15.5 250 0.1 B-63 6 - 8 12.5 12.5 750 0.0 B-74 2 - 4 27 10 13 14.1 250 0.6 B-87 2 - 4 18.2 18.9 250 0.4 B-88 6-8 16 3 12.2 12.2 750 0.0 B-97 4-6 14.6 14.6 500 0.0 B-115 2-4 18.8 19.8 250 0.5 B-123 4-6 47 33 17.5 25.6 50 8.1 B-130 2-4 49 29 19 20.3 250 0.7 B-143 2-4 17.3 17.6 250 0.1 B-148 0-2 38 19 19 20.1 125 0.7 B-151 2-4 41 23 17.7 18.7 250 0.5 B-155 2-4 35 21 15.3 16.4 250 0.6 B-162 2-4 37 17 19.2 19.4 250 0.1 Table 24: Sulfate Test Results Boring Number Sample Depth (ft.) Sulfate Content (ppm) B-1 2-4 460 B-13 2-4 460 B-21 2–4 480 B-30 0-2 480 B-37 2-4 520 B-45 2-4 360 B-54 2-4 460 B-64 2-4 500 B-69 2-4 460 B-86 2-4 460 B-94 2-4 460 Table 25: pH Test Results Boring Number Sample Depth (ft.) Sulfate Content (ppm) B-6 2-4 7.87 B-23 4-5 7.91 B-42 2-4 8.04 B-82 2-4 7.86 B-1 2.0 15.1 42 19 23 B-1 3.5 0.075 81 B-2 0.0 19.6 37 17 20 0.075 72 CL B-3 0.0 18.4 39 18 21 0.075 81 CL B-3 2.0 16.1 B-4 2.0 14.2 37 16 21 B-5 0.0 38 23 15 B-6 2.0 14.4 26 16 10 B-6 9.0 11.0 B-7 0.0 31.7 65 24 41 B-8 0.0 23.7 B-8 8.0 9.0 B-9 0.0 30.7 B-9 9.0 9.2 B-10 0.0 34.5 B-11 0.0 17.8 38 18 20 B-12 0.0 19.9 39 20 19 0.075 59 CL B-13 0.0 21.6 B-13 2.0 22.2 51 16 35 0.075 65 CH B-14 0.0 16.6 29 20 9 B-15 0.0 17.9 48 24 24 B-15 4.0 12.5 31 13 18 B-17 0.0 18.0 37 22 15 B-17 4.0 17.3 B-18 0.0 38.6 66 24 42 B-19 2.0 18.5 35 21 14 B-20 0.0 34.5 80 31 49 0.075 87 CH B-20 2.0 17.1 32 17 15 0.075 36 SC B-21 2.0 11.9 28 18 10 B-22 0.0 25.9 57 24 33 B-22 4.0 7.6 28 16 12 B-23 4.0 4.3 31 18 13 B-24 0.0 31.9 52 27 25 B-24 2.0 17.2 B-24 6.0 17.7 48 21 27 0.075 70 CL B-25 2.0 14.5 30 15 15 B-25 6.0 21.8 73 23 50 B-26 2.0 36 15 21 B-28 2.0 21.3 53 20 33 0.075 84 CH B-29 2.0 13.7 45 18 27 0.075 80 CL B-30 0.0 17.3 B-30 2.0 37 18 19 Borehole Dry Density (pcf) Water Content (%) Maximum Size (mm) %<#200 Sieve Strain at Failure (%) Sheet 1 of 6 Class- ification Liquid Limit (%) Plastic Limit (%) Plasticity Index (%) LABORATORY TEST RESULTS SUMMARY Unconfined Strength, (tsf) Depth (ft.) Project No. 04.00184087 PLATE C1 Fugro Consultants, Inc EMS ISD HIGH SCHOOL Fort Worth, Texas MI C H A E L S L A B S U M M A R Y D A L L A S _ T E M P L A T E . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B W : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 6 / 2 6 / 2 1 B-30 8.5 26.3 72 27 45 B-31 0.0 20.3 41 20 21 B-31 4.0 7.0 B-32 2.0 13.2 25 15 10 B-33 0.0 17.2 49 29 20 B-34 2.0 16.8 31 21 10 B-35 0.0 23.0 B-35 2.0 11.4 28 16 12 B-36 0.0 13.7 B-37 0.0 18.6 39 20 19 B-37 2.0 12.6 0.075 73 B-38 0.0 17.1 32 18 14 B-38 7.0 6.9 B-39 0.0 42 22 20 B-39 2.0 18.9 B-41 2.0 18.4 B-41 9.0 8.7 B-42 2.0 11.8 26 16 10 0.075 31 SC B-43 2.0 17.3 39 19 20 B-43 4.0 18.0 B-44 2.0 23.4 B-44 6.0 9.6 29 15 14 B-45 2.0 67 22 45 B-47 0.0 22.6 51 23 28 B-47 4.0 14.1 30 15 15 0.075 79 CL B-48 2.0 28.8 67 28 39 B-48 6.0 26.1 49 21 28 B-51 0.0 22.8 44 19 25 B-51 9.0 9.2 B-52 2.0 32 16 16 B-54 2.0 10.0 37 19 18 B-55 0.0 32.9 B-55 6.0 23.9 51 21 30 B-56 2.0 18.1 39 20 19 B-58 0.0 13.9 B-58 2.0 14.0 B-59 2.0 15.5 B-61 2.0 32 16 16 B-62 2.0 36 17 19 B-63 2.0 19.1 47 20 27 B-63 6.0 12.5 B-64 2.0 19.6 48 18 30 0.075 70 CL Borehole Dry Density (pcf) Water Content (%) Maximum Size (mm) %<#200 Sieve Strain at Failure (%) Sheet 2 of 6 Class- ification Liquid Limit (%) Plastic Limit (%) Plasticity Index (%) LABORATORY TEST RESULTS SUMMARY Unconfined Strength, (tsf) Depth (ft.) Project No. 04.00184087 PLATE C2 Fugro Consultants, Inc EMS ISD HIGH SCHOOL Fort Worth, Texas MI C H A E L S L A B S U M M A R Y D A L L A S _ T E M P L A T E . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B W : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 6 / 2 6 / 2 1 B-64 4.0 15.7 B-65 0.0 17.0 B-65 4.0 11.4 B-67 3.5 12.1 39 13 26 0.075 61 CL B-69 2.0 14.3 31 17 14 0.075 72 CL B-70 0.0 17.7 B-70 2.0 14.5 30 17 13 B-71 2.0 13.2 B-72 2.0 8.6 37 19 18 B-73 0.0 16.9 B-74 2.0 14.1 27 17 10 B-74 6.0 7.8 B-75 2.0 9.9 B-76 2.0 11.8 37 16 21 0.075 78 CL B-77 0.0 24.2 B-79 0.0 19.7 41 19 22 B-79 4.0 4.2 B-80 0.0 16.5 B-82 2.0 12.9 27 15 12 B-84 2.0 14.7 32 15 17 0.075 79 CL B-85 2.0 17.4 B-86 2.0 31 15 16 B-87 2.0 18.9 B-88 2.0 13.7 B-88 6.0 5.8 16 13 3 B-91 2.0 14.1 32 16 16 B-91 9.0 7.3 B-93 2.0 13.7 36 16 20 0.075 69 CL B-93 9.0 5.2 B-94 2.0 18.9 34 16 18 0.075 82 CL B-94 9.0 6.6 B-97 2.0 17.0 B-97 4.0 14.6 B-97 8.0 17.1 B-98 2.0 20.8 B-99 2.0 21.1 37 18 19 0.075 88 CL B-104 2.0 14.4 B-104 6.0 13.1 B-105 0.0 16.8 41 24 17 B-105 18.1 7.9 141.3 118.4 0.1 B-105 21.7 8.3 137.2 119.4 0.6 B-105 28.2 17.7 117.8 5.5 1.7 Borehole Dry Density (pcf) Water Content (%) Maximum Size (mm) %<#200 Sieve Strain at Failure (%) Sheet 3 of 6 Class- ification Liquid Limit (%) Plastic Limit (%) Plasticity Index (%) LABORATORY TEST RESULTS SUMMARY Unconfined Strength, (tsf) Depth (ft.) Project No. 04.00184087 PLATE C3 Fugro Consultants, Inc EMS ISD HIGH SCHOOL Fort Worth, Texas MI C H A E L S L A B S U M M A R Y D A L L A S _ T E M P L A T E . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B W : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 6 / 2 6 / 2 1 B-106 19.2 10.0 137.4 144.7 0.7 B-106 22.5 12.1 133.8 21.5 1.1 B-106 28.0 10.6 123.6 2.0 1.4 B-107 0.0 34.0 56 21 35 B-108 0.0 10.6 B-108 2.0 11.9 31 15 16 B-109 0.0 12.5 B-109 3.5 5.7 B-110 0.0 8.0 B-110 5.0 15.6 B-110 18.3 8.4 138.2 54.5 0.7 B-110 21.1 8.5 133.8 31.5 1.0 B-110 29.3 15.1 118.6 4.3 1.1 B-110 34.5 4.3 146.4 17.2 1.0 B-111 0.0 22.5 B-111 2.0 9.6 B-112 0.0 18.9 39 20 19 B-113 16.7 5.9 144.0 31.1 0.7 B-113 23.4 6.1 140.9 176.4 1.1 B-113 28.5 7.4 140.8 128.4 0.3 B-113 33.1 8.8 143.7 238.7 0.8 B-114 0.0 17.9 39 964 NP 0.075 73 ML B-114 2.0 3.6 B-115 0.0 23.9 54 22 32 0.075 92 CH B-115 2.0 19.8 B-115 4.0 5.5 B-115 20.9 8.0 138.7 234.2 0.9 B-115 28.2 13.3 122.4 11.1 2.5 B-115 32.1 8.8 138.8 7.9 0.8 B-115 38.5 11.0 127.9 12.8 1.3 B-116 4.0 4.5 25 14 11 B-117 7.0 4.9 0.075 30 B-118 7.0 8.9 30 14 16 0.075 66 CL B-118 16.2 5.8 142.1 6.4 0.0 B-118 22.4 15.0 116.0 5.7 1.0 B-118 27.6 5.0 146.9 116.2 0.1 B-118 33.0 12.1 124.7 12.2 0.7 B-119 0.0 20.7 46 21 25 B-122 2.0 9.8 B-122 4.0 7.8 27 14 13 0.075 77 CL B-123 0.0 24.4 B-123 4.0 25.6 47 14 33 Borehole Dry Density (pcf) Water Content (%) Maximum Size (mm) %<#200 Sieve Strain at Failure (%) Sheet 4 of 6 Class- ification Liquid Limit (%) Plastic Limit (%) Plasticity Index (%) LABORATORY TEST RESULTS SUMMARY Unconfined Strength, (tsf) Depth (ft.) Project No. 04.00184087 PLATE C4 Fugro Consultants, Inc EMS ISD HIGH SCHOOL Fort Worth, Texas MI C H A E L S L A B S U M M A R Y D A L L A S _ T E M P L A T E . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B W : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 6 / 2 6 / 2 1 B-123 6.0 10.2 B-125 2.0 18.6 54 21 33 B-125 19.0 6.5 144.7 81.9 0.5 B-125 24.2 3.6 148.4 31.4 1.0 B-125 27.3 6.0 141.6 13.5 0.9 B-125 31.0 9.2 134.2 16.0 0.9 B-125 36.6 18.1 116.5 5.2 1.2 B-126 2.0 7.7 B-126 17.4 7.0 147.3 88.6 0.5 B-126 22.1 7.0 139.0 15.2 1.8 B-126 29.4 6.8 141.4 224.7 0.2 B-126 31.1 8.2 141.8 65.3 0.7 B-126 39.5 11.8 139.3 215.4 0.6 B-126 43.0 7.6 129.1 10.0 2.0 B-126 49.1 12.1 128.1 15.9 1.8 B-128 2.0 16.0 52 21 31 0.075 76 CH B-130 2.0 20.3 49 20 29 B-132 9.0 17.8 117.6 4.7 4.3 B-133 0.0 33.5 B-133 8.0 17.5 49 17 32 0.075 95 CL B-134 0.0 38.7 B-134 9.0 10.8 B-135 2.0 9.6 B-135 16.7 6.4 136.6 4.8 9.6 B-135 23.1 11.7 129.4 7.5 12.0 B-135 26.7 7.0 142.4 64.1 0.7 B-135 31.2 8.3 138.5 172.3 0.4 B-135 36.2 4.1 152.4 332.6 3.8 B-135 40.4 4.0 153.0 B-135 48.4 14.1 123.8 10.2 13.6 B-136 2.0 14.5 27 16 11 B-136 23.6 4.4 157.0 153.1 9.0 B-136 28.1 26.7 116.9 21.8 13.5 B-136 33.7 8.2 133.4 9.0 15.0 B-136 42.5 7.1 140.5 47.2 5.0 B-137 2.0 68 23 45 B-138 2.0 24.9 0.075 90 B-139 0.0 18.9 B-139 16.0 8.1 137.3 195.3 0.3 B-139 22.1 6.4 142.2 52.8 1.0 B-139 27.3 6.9 145.1 181.1 0.5 B-139 34.3 15.3 121.9 10.0 2.0 Borehole Dry Density (pcf) Water Content (%) Maximum Size (mm) %<#200 Sieve Strain at Failure (%) Sheet 5 of 6 Class- ification Liquid Limit (%) Plastic Limit (%) Plasticity Index (%) LABORATORY TEST RESULTS SUMMARY Unconfined Strength, (tsf) Depth (ft.) Project No. 04.00184087 PLATE C5 Fugro Consultants, Inc EMS ISD HIGH SCHOOL Fort Worth, Texas MI C H A E L S L A B S U M M A R Y D A L L A S _ T E M P L A T E . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B W : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 6 / 2 6 / 2 1 B-142 2.0 3.9 B-142 16.6 8.5 140.1 31.5 0.5 B-142 22.5 7.0 140.6 140.1 0.4 B-142 26.5 5.2 145.8 192.9 0.8 B-142 32.5 11.7 122.7 4.5 14.8 B-143 2.0 17.6 B-144 2.0 23.2 29 15 14 0.075 33 SC B-147 0.0 21.8 44 19 25 0.075 45 SC B-147 9.0 7.8 B-148 0.0 20.1 38 19 19 B-149 0.0 16.1 B-150 0.0 19.4 42 19 23 0.075 73 CL B-151 2.0 18.7 41 18 23 B-151 6.0 11.9 29 16 13 B-152 0.0 17.7 45 23 22 B-153 4.0 23.2 21 13 8 0.075 30 SC B-154 0.0 15.8 32 18 14 B-155 2.0 16.4 35 14 21 B-156 2.0 13.7 36 15 21 0.075 87 CL B-157 0.0 16.4 33 16 17 B-158 0.0 21.6 47 21 26 0.075 84 CL B-158 24.4 8.5 136.7 206.2 0.7 B-158 37.8 14.6 123.7 9.8 1.2 B-158 42.0 8.5 138.8 27.5 0.3 B-159 18.9 7.0 143.5 292.9 0.7 B-159 28.3 10.5 141.6 116.1 0.2 B-159 32.8 12.7 132.9 13.4 1.0 B-159 38.2 9.0 141.9 98.7 0.8 B-160 0.0 17.7 39 20 19 B-161 2.0 6.0 B-162 2.0 19.4 37 20 17 Borehole Dry Density (pcf) Water Content (%) Maximum Size (mm) %<#200 Sieve Strain at Failure (%) Sheet 6 of 6 Class- ification Liquid Limit (%) Plastic Limit (%) Plasticity Index (%) LABORATORY TEST RESULTS SUMMARY Unconfined Strength, (tsf) Depth (ft.) Project No. 04.00184087 PLATE C6 Fugro Consultants, Inc EMS ISD HIGH SCHOOL Fort Worth, Texas MI C H A E L S L A B S U M M A R Y D A L L A S _ T E M P L A T E . G D T F U G R O L I B R A R Y 0 9 1 1 1 9 . G L B W : \ P R O J E C T F I L E S \ P R O J E C T S - 2 0 2 1 \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S H C O O L \ 7 . D R A F T I N G \ G I N T \ 0 4 . 0 0 1 8 4 0 8 7 E M S I S D H I G H S C H O O L . G P J s . s a l a h 6 / 2 6 / 2 1 29.7 46.2 3.0 3.1 42.3 84.8 4.2 5.7 42.7 78.9 4.3 5.3 PLATE Sample source: CBR: B-49 4.5 Sample No. S-3 S-1 S-2 5.3 5.7 3.1 0.1 inch 0.1 inch 0.2 inch 0.2 inch Corrected CBR Penetration (inch)CBR 89.7 97.9 Max. Swell (%) 0.9 1.0 0.996.6 Dry Density (pcf) CBR TEST RESULTS 04.00184087 High School Fort Worth, Texas C-7 FUGRO USA LAND, INC. 3011 Red Hawk Dr Grand Prairie, TX 75052 0 10 20 30 40 50 60 70 80 90 100 110 120 130 140 150 160 170 0.00 0.05 0.10 0.15 0.20 0.25 0.30 0.35 0.40 0.45 0.50 ST R E S S ( P S I ) PENETRATION (INCH) 25 blows per layer 56 blows per layer 75 blows per layer %Gr.Moist.Sat. eoSwell Press.CcPcOverburdenSp.PILLDry Dens. Natural Remarks:Client: Eagle Mountain Saginaw Independent School District Project No. 04.00184087 Project: EMS ISD High School AASHTOUSCSMATERIAL DESCRIPTION CONSOLIDATION TEST REPORT .01 .02 .05 .1 .2 .5 1 2 5 10 20 50 100 200.43 .46 .49 .52 .55 .58 .61 .64 .67 .70 .73 Vo i d R a t i o Applied Pressure - tsf (tsf)(tsf)(tsf)(pcf) SwellCr CLLean Clay (CL), brown to tan and gray, moist 0.6850.040.203.280.192.71447100.022.7 %89.3 % Fugro Consultants, Inc. Grand Prairie, Texas Source:Sample No.:B-123 Elev./Depth:2-4 Plate C - 8 %Gr.Moist.Sat. eoSwell Press.CcPcOverburdenSp.PILLDry Dens. Natural Remarks:Client: Eagle Mountain Saginaw Independent School District Project No. 04.00184087 Project: EMS ISD High School AASHTOUSCSMATERIAL DESCRIPTION CONSOLIDATION TEST REPORT .01 .02 .05 .1 .2 .5 1 2 5 10 20 50 100 200.31 .36 .41 .46 .51 .56 .61 .66 .71 .76 .81 Vo i d R a t i o Applied Pressure - tsf (tsf)(tsf)(tsf)(pcf) SwellCr CHFat Clay (CH), dark brown, moist 0.6930.030.211.060.062.7236899.518.2 %70.9 % Fugro Consultants, Inc. Grand Prairie, Texas Source:Sample No.:B-137 Elev./Depth:0-2 Plate C - 9 Eagle Mountain - Saginaw Independent School District Fugro Project No. 04.00184087 | High School Page 43 Appendix D – Slope Stability Analysis 1.5061.506 W 1.5061.506 Min 0.55 H Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 150 24 Fat Clay 120 Mohr-Coulomb 150 23 Concrete 135 Infinite strength Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at South of Pond/West of Band March Date Created: 7/6/2021, 1:56:09 PM Back Slope = 5H:1V H = 18 feet 16.000 Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 10 -10 0 10 20 30 40 50 60 70 80 90 Analysis Description Wall at South of Pond/West of Band March Company FugroScale1:127Drawn By Saif Bin Salah, PE File NameRetaining Wall South of Pond and West of Band March.slimDate7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 1 2.1392.139 W 2.1392.139 H = 18 feet 16.000 Min 0.55 H Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 1000 0 Fat Clay 120 Mohr-Coulomb 1000 0 Concrete 135 Infinite strength Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at South of Pond/West of Band March Date Created: 7/6/2021, 1:56:09 PM Back Slope = 5H:1V Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 10 -10 0 10 20 30 40 50 60 70 80 90 Analysis Description Wall at South of Pond/West of Band March Company FugroScale1:127Drawn By Saif Bin Salah, PE File NameRetaining Wall South of Pond and West of Band March Section 1 Short Term.slim Date 7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 2 1.5001.500 W W 1.5001.500 Min 0.55 H Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 150 24 Fat Clay 120 Mohr-Coulomb 150 23 Concrete 135 Infinite strength Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at South of Pond/West of Band March Date Created: 7/6/2021, 1:56:09 PM Back Slope = 10H:1V Toe Slope = Min 6H:1V H = 16 feet 13.000 Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 10 -10 0 10 20 30 40 50 60 70 80 90 Analysis Description Wall at South of Pond/West of Band March Company FugroScale1:128Drawn By Saif Bin Salah, PE File NameRetaining Wall South of Pond and West of Band March Section 2 Long Term.slim Date 7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 3 2.2402.240 W W 2.2402.240 Min 0.55 H Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 1000 0 Fat Clay 120 Mohr-Coulomb 1000 0 Concrete 135 Infinite strength Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at South of Pond/West of Band March Date Created: 7/6/2021, 1:56:09 PM Back Slope = 10H:1V Toe Slope = Min 6H:1V H = 16 feet 13.000 Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 10 -10 0 10 20 30 40 50 60 70 80 90 Analysis Description Wall at South of Pond/West of Band March Company FugroScale1:128Drawn By Saif Bin Salah, PE File NameRetaining Wall South of Pond and West of Band March Section 2 Short Term.slim Date 7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 4 1.5701.5701.5701.570 Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Weathered Limestone 125 Mohr-Coulomb 0 Fill 125 Mohr-Coulomb 150 Fat Clay 120 Mohr-Coulomb 150 Concrete 135 Infinite strength Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at Baseball Outfield Date Created: 7/6/2021, 1:56:09 PM Toe Slope Slope : 10H : 1V H = 16 feet Min 0.45 H Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 10 -10 0 10 20 30 40 50 60 70 80 90 100 Analysis Description Wall at Baseball Outfield Company FugroScale1:141Drawn By Saif Bin Salah, PE File Name Retaining Wall Baseball Outfield - Long Term.slimDate7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 5 2.2502.250 250.00 lbs/ft2 2.2502.250 H = 16 feet Min 0.45 H Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Water Surface Ru Weathered Limestone 125 Mohr-Coulomb 0 35 None 0 Fill 125 Mohr-Coulomb 1000 0 None 0 Fat Clay 120 Mohr-Coulomb 1000 0 None 0 Concrete 135 Infinite strength None 0 Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at Baseball Outfield Date Created: 7/6/2021, 1:56:09 PM Toe Slope = 10H:1V Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 Analysis Description Wall at Baseball Outfield Company FugroScale1:126Drawn By Saif Bin Salah, PE File Name Retaining Wall Baseball Outfield - Short Term.slimDate7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 6 1.6651.665 W 1.6651.665 Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 150 24 Fat Clay 120 Mohr-Coulomb 150 23 Concrete 135 Infinite strength Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at Softball Outfield Date Created: 7/6/2021, 1:56:09 PM Back Slope : 10H : 1V H = 14 feet Min 0.45 H Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 10 -10 0 10 20 30 40 50 60 70 80 90 Analysis Description Wall at Softball Outfield Company FugroScale1:131Drawn By Saif Bin Salah, PE File Name Retaining Wall Softball Outfield - Long Term.slimDate7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 7 3.0543.054 W 3.0543.054 Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 1000 0 Fat Clay 120 Mohr-Coulomb 1000 0 Concrete 135 Infinite strength Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at Softball Outfield Date Created: 7/6/2021, 1:56:09 PM Back Slope : 10H:1V H = 14 feet Min 0.45 H Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 10 -10 0 10 20 30 40 50 60 70 80 90 Analysis Description Wall at Softball Outfield Company FugroScale1:125Drawn By Saif Bin Salah, PE File Name Retaining Wall Softball Outfield - Short Term.slimDate7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 8 1.5211.521 W W 1.5211.521 Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 150 24 Fat Clay 120 Mohr-Coulomb 150 23 Concrete 135 Infinite strength Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at North East of Long Jump Date Created: 7/6/2021, 1:56:09 PM Toe Slope = 5H:1V H = 13 feet 10.000 Min 0.6 H Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 0 10 20 30 40 50 60 70 80 90 Analysis Description Wall at North East of Long Jump Company FugroScale1:118Drawn By Saif Bin Salah, PE File Name Retaining Wall Northeast of Long Jump - Long Term.slimDate7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 9 2.4462.446 W W 2.4462.446 Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at North East of Long Jump Date Created: 7/6/2021, 1:56:09 PM Toe Slope = 5H:1V Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 1000 0 Fat Clay 120 Mohr-Coulomb 1000 0 Concrete 135 Infinite strength H = 13 feet 10.000 Min 0.6 H Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 0 10 20 30 40 50 60 70 80 90 Analysis Description Wall at North East of Long Jump Company FugroScale1:118Drawn By Saif Bin Salah, PE File Name Retaining Wall Northeast of Long Jump - Short Term.slimDate7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 10 1.5131.513 W 1.5131.513 Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg)Ru Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 150 24 Fat Clay 120 Mohr-Coulomb 150 23 Concrete 135 Infinite strength 0 Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at South East of Softball/Baseball Practice Field Date Created: 7/6/2021, 1:56:09 PM Back Slope = 0 H = 17 feet Min 0.45 H Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 60 40 20 -10 0 10 20 30 40 50 60 70 80 90 100 110 Analysis Description Wall at South East of Softball/Baseball Practice Field Company FugroScale1:145Drawn By Saif Bin Salah, PE File NameRetaining Wall South East of Softball Practice Field - Long Term.slimDate7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 11 2.6722.672 W 2.6722.672 Project Title: EMS ISD Retaining Wall Analysis Analysis: Wall at South East of Softball/Baseball Practice Field Date Created: 7/6/2021, 1:56:09 PM Back SLope: 0 Material Name Color Unit Weight (lbs/ 3)Strength Type Cohesion (psf) Phi (deg) Weathered Limestone 125 Mohr-Coulomb 0 35 Fill 125 Mohr-Coulomb 1000 0 Fat Clay 120 Mohr-Coulomb 1000 0 Concrete 135 Infinite strength H = 17 feet Min 0.45 H Safety Factor 0.000 0.500 1.000 1.500 2.000 2.500 3.000 3.500 4.000 4.500 5.000 5.500 6.000+ 70 60 50 40 30 20 10 0 10 20 30 40 50 60 70 80 90 100 Analysis Description Wall at South East of Softball/Baseball Practice Field Company FugroScale1:126Drawn By Saif Bin Salah, PE File NameRetaining Wall South East of Softball Practice Field - Short Term.slimDate7/6/2021, 1:56:09 PM Project EMS ISD Retaining Wall Analysis SLIDEINTERPRET 6.039 Plate D - 12 APPENDIX GR‐01 60 00 Product Requirements Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc.48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Poly-triplex Technologies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 * E1-14 Manhole Rehab Systems Sun Coast 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/29/2022 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/29/2022 Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc.Hobas Pipe (Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/29/2022 Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15" 01/18/18 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thru 15" 11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) SDR 26/35 PS 115/46 ASTM F 679 18" - 28" 09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034/F-679 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26/35 PS 115/46 ASTM F-679 18"- 36" Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13) * Cured in Place Pipe Insituform Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology ASTM F 1216 Sewer - Pipes/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, Inc. 11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPIpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc.Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter Sewer - Pipes/Open Profile Large Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra-Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24" to 72" Water - Appurtenances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/29/2022 Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No. SK740803 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" * From Original Standard Products List 4 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/29/2022 Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron)AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 3/12/96 Water Sampling Station Water Plus B20 Water Sampling Station Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/01/2022 Approval Spec No. Classification Manufacturer Model No. National Spec Concrete 9/9/2022 03 30 00 Mix Design American Concrete Company 9/9/2022 03 30 00 Mix Design American Concrete Company 9/9/2022 03 30 00 Mix Design American Concrete Company 9/9/2022 03 30 00 Mix Design American Concrete Company 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Argos 9/9/2022 03 30 00 Mix Design Big D Concrete 9/9/2022 03 30 00 Mix Design Big D Concrete 9/9/2022 03 30 00 Mix Design Big Town Concrete 9/9/2022 03 30 00 Mix Design Big Town Concrete 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Bumco Texas 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Carder Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Charley's Concrete 9/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix 9/9/2022 03 30 00 Mix Design City Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps 01JAF382 1000 psi Concrete Base Material for Trench Repair 40CNF065 4000 psi Concrete for Manholes & Utility Structures 45CAF076 4500 psi Concrete for Hand Placed Paving D10000001737 4500 psi Concrete for Hand Placed Paving D10000001791 4500 psi Concrete for Hand Placed Paving D10000001793 4500 psi Concrete for Hand Placed Paving D10000001103 4500 psi Concrete for Hand Placed Paving D10000002107 4500 psi Concrete for Hand Placed Paving D10000001273 4500 psi Concrete for Hand Placed Paving D10000001617 3600 psi Concrete for Machine Placed Paving D10000008381 4500 psi Concrete for HES Paving D10000009857 50 psi Flowable Fill - CLSM D10000001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter D1000001043S 3000 psi Concrete for Sidewalks, Curbs D1000001565S 3000 psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps D1000001615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking D10000001083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking D10000001685 4000 psi Concrete for Valve Pads D10000005751 750 Psi Concrete Base for Trench Repair D10000001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 7SKGRT 3000 psi Concrete for Grouting 14500AE 4500 psi Concrete for High Early Strength Paving 452065-1 4500 psi hand placed paving 450065-1 4500 psi hand placed paving 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures 40U553BG 4000 psi Concrete Mix for Machine Placed Paving 55U120AG 4000 psi Concrete Mix for High Early Strength Paving 30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps 30U101AG 3000 psi Concrete Mix for Flatwork 30U500BG 3000 psi Concrete Mix for Blocking, Driveways, Curb & Gutters, Sidewalks, ADA Ramps 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations 08Y450BA 800 psi Concrete Mix for Base for Trench Repair 01 Y690BF 100 psi Concrete Mix for Flowable Fill FWCC602021 4500 psi concrete for Hand Placed Paving FWCC552091 3600 psi for Machine Placed Paving FWCC602091 3600 psi for Machine Placed Paving FWCC359101 Flowable Fill - CLSM FWFF237501 Flowable Fill - CLSM FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches, Lighting & Traffic Signal Foundations FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork 4142 3600 psi Concrete for Curb Inlets, Junction Boxes 4518 4000 psi Concrete for Headwalls, Wingwalls 5167 3600 psi Concrete Mix for Machine Placed Paving 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes 4502 3000 psi Concrete Mix for Sidewalks 3759 3000 psi Concrete Mix for Sidewalks 1502 150 psi Concrete for Flowable Fill-CLSM 1518 150 Psi Concrete for Flowable Fill-CLSM 5642 4000 psi Concrete for Storm Drain Structures 6595 5000 psi Concrete Mix for High Early Strength Paving 6589 4500 psi Concrete Mix for High Early Strength Paving C13020AE 3000 psi Concrete for Driveways, Curb & Gutter 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM FORT WORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/01/2022 Approval Spec No. Classification Manufacturer Concrete (Cortinued) 9/9/2022 03 30 00 Mix Design City Concrete Company 9/9/2022 03 30 00 Mix Design City Concrete Company 9/9/2022 03 30 00 Mix Design City Concrete Company 9/9/2022 03 30 00 Mix Design City Concrete Company 9/9/2022 03 30 00 Mix Design City Concrete Company 9/9/2022 03 30 00 Mix Design City Concrete Company 9/9/2022 03 30 00 Mix Design City Concrete Company 9/9/2022 03 30 00 Mix Design City Concrete Company 11/16/2022 03 30 00 Mix Design City Concrete Company 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 9/9/2022 34 13 13 Mix Design Cow Town Redi Mix 9/9/2022 35 13 13 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 9/9/2022 03 30 00 Mix Design GCH Concrete Services 9/9/2022 03 30 00 Mix Design GCH Concrete Services 9/9/2022 03 30 00 Mix Design GCH Concrete Services 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. 9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc. Model No. National Spec 30HA25II 3000 psi Concrete for Rip -Rap 30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads 45NG25II 3600 psi Concrete Mix for Drilled Shafts 50QG25II 3600 psi Slurry Displaced Drilled Shaft 45NA20II 4500 psi Concrete Mix for Hand Placed Paving 36LA2011 3600 psi Concrete Mix for Machine Placed Paving 36JA001J 3600 psi Concrete Mix for Machine Placed Paving 40LA2011 4000 psi Concrete Mix for Storm Drain Structures CLNG25II 3600 psi concrete for Drilled Shaft 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 9 70 psi Flowable Fill - CLSM 9-S-2 70 psi Flowable Fill - CLSM 220-8 50 psi Concrete Mix for Flowable Fill - CLSM 320-8 50 psi Concrete Mix for Flowable Fill - CLSM 230-8 750 psi Concrete Base Material for Trench Repair 330-S8 750 psi Concrete Base Material for Trench Repair 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls, Lighting and Traffic Signal Foundations 260-1 3600 psi Concrete Mix for Headwalls 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls, Lighting and Traffic Signal Foundations 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls, Lighting & Traffic Signal Foundations 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls 264-N 4500 psi Concrete Mix for Hand Placed Paving 366 4500 psi Concrete Mix for Hand Placed Paving 265 4500 psi Concrete Mix for Hand Placed Paving 365 4500 psi Concrete Mix for Hand Placed Paving 370-NC 4500 psi Concrete for HES Paving 370-1NC 5000 psi Concrete for HES Paving 375-NC 5000 psi Concrete for HES Paving 267 4200 psi Concrete Mix for Manholes and Drainage Structures 270 5000 psi Concrete Mix for Cast -in -Place Box Culverts 370 5000 psi Concrete Mix for Cast -in -Place Box Culverts 255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 257 3600 psi Concrete mix for Valley Gutters 357-M 3600 psi Concrete Mix for Machine Placed Paving 257-M 3600 psi Concrete Mix for Machine Placed Paving 260-M 4000 psi Concrete Mix for Machine Placed Paving 360-M 4000 psi Concrete Mix for Machine Placed Paving 255-LP 3000 psi Concrete Mix for Curb & Gutter 355-LP 3000 psi Concrete Mix for Curb & Gutter 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs 357 3600 psi Concrete Mix for Valley Gutters GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures GCHV5 4000 psi Concrete for Machine Placed Paving GCH4500 4500 psi Concrete Hand Placed Paving C47PV5E5 3000 psi Concrete for Sidewalks, ADA Ramps 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 2MWR-056PS5D5 4000 psi Concrete Machine Placed Paving 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving 2MWR-10MQS50N 4500 psi Concrete for Hand Placed Paving 161PS5EM 4500 psi Concrete for Hand Placed Paving C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 161PS5EM 4500 psi Concrete Mix for Hand Placed Paving 5177 3000 psi Concrete Mix for Sidewalks 1261 3000 psi Concrete Mix for Sidewalks 1551 3000 psi Concrete Mix for Blocking FORT WORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/01/2022 Approval Spec No. Classification Manufacturer Model No. National Spec Concrete(Con'inued) 9/9/2022 4 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 04 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 12/5/2022 4 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 34 13 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 11/2/2022 32 13 13 11/2/2022 32 13 13 11/2/2022 32 13 13 11/15/2022 33 13 13 11/15/2022 34 13 13 11/2/2022 32 13 13 11/2/2022 32 13 13 11/2/2022 32 13 13 11/2/2022 32 13 13 11/2/2022 32 13 13 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 30 00 9/9/2022 03 34 13 Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Mix Design Holcim - SOR, Inc. Holcim - SOR, Inc. Holcim - SOR, Inc. Holcim - SOR, Inc. Holcim - SOR, Inc. Holcim - SOR, Inc. Holcim - SOR, Inc. Holcim - SOR, Inc. Holcim - SOR, Inc. Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta Martin Marietta NCS Redi Mix NCS Redi Mix NBR Ready Mix NBR Ready Mix Redi-Mix Redi-Mix Redi-Mix 2125 4500 psi Concrete for HES Paving 1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes 5409 4000 psi Concrete Mix for Sidewalks, Inlets 5507 4500 psi Concrete Mix for Hand Placed Paving 5017 200 psi Concrete for Base Material for Trench Repair 9600 3600 psi Concrete for Drill Shafts 1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving 1822 3600 psi Concrete for Drilled Shafts 1859 4000 psi Concrete for Drilled Shafts R2131014 3000 psi Concrete for Sidewalks & Ramps R2132214 3,000 psi Concrete for Sidewalks & Ramps D9490SC 3,000 psi Concrete for Sidewalks & Ramps R2131214 3,000 psi Concrete for Sidewalks & Ramps R2131314 3,000 psi Concrete for Sidewalks & Ramps R2136014 3,000 psi Concrete for Sidewalks & Ramps R2136214 3,000 psi Concrete for Sidewalks & Ramps R2141224 4,000 psi Concrete for Sidewalks & Ramps R2141024 4,000 psi Concrete for Sidewalks & Ramps R2136224 3,600 psi Concrete for Curb Inlets R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement FLOW25A 50 psi Concrete for Flowable Fill/CLSM R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls R2146333 3,600 psi Concrete for Manholes, Inlets & Headwalls, Concrete Encasement R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads R2146335 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures R2146034 4,500 psi Concrete for Manholes, Inlets & Headwalls, Hand Placed Paving R214123 4,000 psi Concrete for Inlets, Manholes, Headwalls R2141231 4,000 psi Concrete for Inlets, Sidewalks R2161070 6,000 (3,000 @ 24-hrs.) psi Concrete for HES Paving D9492SFC 4,000 psi Concrete for Machine Placed Paving R2146233 4,500 psi Concrete for Hand Placed Paving R2146238 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures R2146336 4,500 psi Concrete for Hand Placed Paving R2146235 4,500 psi Concrete for Hand Placed Paving Q2141N27 4,000 psi Concrete for Machine Placed paving Q2141K30 4,000 psi Concrete for Machine Placed Paving R2146N36 4,500 psi Concrete for Hand Placed Paving R2146K36 4,500 psi Concrete for Hand Placed Paving R2146P36 4,500 psi Concrete for Hand Placed Paving R2146K36 4,500 psi Concrete for Hand Placed Paving R2146N35 4,000 psi Concrete for Inlets, Manholes, Headwalls R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls R2141N24 4,000 psi Concrete for Sidewalks and Ramps R2141K24 4,000 psi Concrete for Sidewalks and Ramps R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets R2146042 4,500 psi Concrete for Hand Placed Paving R2146242 4,500 psi Concrete for Hand Placed Paving R2146236 4,500 psi Concrete for Hand Placed Paving D9493SC 4,500 psi Concrete for Hand Placed Paving R2147241 4,500 psi Concrete for Hand Placed Paving NCS5020A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks NCS6020AHP 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving TX C-YY 3000 psi Concrete Mix for Curb Inlets TX C-NY 3000 psi Concrete Mix for Curb Inlets DCA2E554 3000 psi Concrete Mix for Rip Rap VOJ11524 3000 psi Concrete Mix for Curb & Gutter FOC10021 215 psi Flowable Fill - CLSM FORT WORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/01/2022 Approval Spec No. Classification Manufacturer Concrete(Con'inued) 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/29/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/29/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 34 13 Mix Design Redi-Mix 9/9/2022 03 34 13 Mix Design Redi-Mix 9/9/2022 03 34 13 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 30 00 Mix Design Redi-Mix 11/2/2022 03 30 00 Mix Design Redi-Mix 12/5/2022 03 30 00 Mix Design Redi-Mix 12/5/2022 03 30 00 Mix Design Redi-Mix 12/5/2022 03 30 00 Mix Design Redi-Mix 9/9/2022 03 34 13 Mix Design SRM Concrete 9/9/2022 03 34 13 Mix Design SRM Concrete 9/9/2022 03 30 00 Mix Design SRM Concrete 9/9/2022 03 30 00 Mix Design SRM Concrete 9/9/2022 03 30 00 Mix Design SRM Concrete 9/9/2022 03 30 00 Mix Design SRM Concrete 9/9/2022 03 30 00 Mix Design SRM Concrete 10/10/2022 03 30 00 Mix Design SRM Concrete 10/10/2022 03 30 00 Mix Design SRM Concrete 9/9/2022 03 30 00 Mix Design SRM Concrete 9/9/2022 03 30 00 Mix Design SRM Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 34 13 Mix Design Tarrant Concrete 9/9/2022 03 34 13 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 10/10/2022 03 30 00 Mix Design Tarrant Concrete 10/10/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Tarrant Concrete 9/9/2022 03 30 00 Mix Design Titan Ready Mix 9/9/2022 03 30 00 Mix Design Titan Ready Mix 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 9/9/2022 03 30 00 Mix Design True Grit Redi Mix 9/9/2022 03 30 00 Mix Design True Grit Redi Mix Model No. National Spec 10.111524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps 10.111504 3000 psi Concrete Mix for Sidewalks 10L11504 3,600 psi Concrete Mix for Sidewalks, Curb & Gutter 10L11524 3600 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls 1RJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads 10L21524 4000 psi Concrete Mix for Manholes 15611524 4000 psi Concrete Mix for Cast -in -Place Storm Drain Structures 10L115E4 3600 psi Concrete Mix for Bridge substructures DCC2G5E2 3600 psi Concrete Mix for Drilled Shafts DCU1G5E2 3600 psi Underwater Drilled Shafts 156115D4 4000 psi Bridge Slabs F35238VN 100 psi Flowable Fill - CLSM FOD138VM 100 psi Flowable Fill - CLSM 10.111554 3000 psi Concrete Mix for Rip -Rap P0G138K9 1000 psi Concrete Mix for Trench Repair Base Material 10K11524 3600 psi Concrete Mix for Encasement 10N11507 4500 psi (2600 psi @ 24 hrs.) Concrete Mix for HES Paving 1ON11504 5000 psi (3600 psi @ 2 days) Concrete Mix for HES Paving 50K11524 3600 psi Concrete Mix for Machine Placed Paving 10M115D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 10M11524 4500 psi Concrete Mix for Hand Placed Paving 10M11504 4500 psi Concrete Mix for Hand Placed Paving 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 145P25P4 4500 psi Concrete for Storm Drain Structures 10K115C4 3500 psi Concrete for Thrust Blocks, Valve Pads 156115C4 4000 psi Concrete for CIP Storm Drain Structures 10L115C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall 30000 3,000 psi Concrete for Sidewalks and Ramps, Curb & Gutter 40050 4,000 psi Concrete for Headwalls 35023 3,600 psi Concrete for Machine Placed Paving 40068 3,600 psi Concrete for Machine Placed Paving 45000 4,500 psi Concrete for Hand Placed Paving 45300 4,500 psi Concrete for Hand Placed Paving 40326 4,500 (3,00 @ 3-days) psi Concrete for HES Paving 35000 3600 psi Concrete for Sewer Manholes 35300 3600 psi Concrete for Swere Manholes 35022 3,600 psi Concrete for Junction Box 30050 3,000 psi Concrete for Sidewalks, Inlets, Junction Boxes, Thrust Blocks FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving FW60AHP 4500 psi Concrete Mix for Hand Placed Paving TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving FW7520AMR 4500 (3000 psi @ 3-days) psi Concrete HES Paving FW6520AMR 4500 (3000 psi @ 3-days) psi HES Paving FW5520AMP 3600 psi Concrete for Machine Placed Paving FW5320A 3000 psi Concrete Mix for Blocking FWFF150CLSM 50-150 psi Flowable Fill - CLSM FWFF275 50-150 psi Flowable Fill - CLSM FW6020A2 4000 psi Concrete Mix for Storm Drain Structures TCFW6025A2 4000 psi Concrete for Manholes TCFW5020A 3000 psi Concrete for Sidewalks FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps CP5020A 3000 psi Concrete Mix for Curb and Gutter FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp 3020AE 3000 psi Concrete for Sidewalks TRC4520 4500 psi Concrete for Hand Placed Paving 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 270.230 5000 psi Concrete for Hand Placed Paving 0250.2301 3000 psi Concret Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 0260.2302 4000 psi Concrete Mix for Machine Placed Paving 0255.2301 3600 psi Concrete Mix for Machine Placed Paving 0260.2301 4500 psi Concrete Mix for Hand Placed Paving FORT WORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/01/2022 Approval Spec No. Classification Manufacturer Model No. National Spec Concrete(Continued) 9/9/2022 103 30 00 I Mix Design 9/9/2022 103 30 00 I Mix Design Asphalt Pavin i 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 11/26/2022 32 12 16 Mix Design 12/5/2022 33 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design 9/9/2022 32 12 16 Mix Design Detectable Warnigg Surface 9/9/2022 32 13 20 DW - Pavers 9/9/2022 32 13 20 DWS - Pavers 9/9/2022 32 13 20 9/9/2022 32 13 20 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 9/9/2022 DWS - Composite DWS - Composite Silicone Joint Sealant 32 13 73 32 13 73 32 13 73 32 13 73 Joint Sealant Joint Sealant Joint Sealant Joint Sealant Utility Trench Embedment Sand 33 0510 Embedment Sand 33 05 10 Embedment Sand 33 05 10 Embedment Sand 33 05 10 Embedment Sand 33 05 10 Embedment Sand True Grit Redi Mix Wise Redi Mix Austin Asphalt Austin Asphalt Austin Asphalt Austin Asphalt Austin Asphalt Reynolds Asphalt Reynolds Asphalt Reynolds Asphalt Sunmount Paving Sunmount Paving Sunmount Paving Sunmount Paving TXBIT TXBIT TXBIT TXBIT TXBIT TXBIT TXBIT TXBIT 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving 3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations FT5D137965 PG64-22 Type D Fine Surface DA5D135965 PG64-22 Type D Fine Surface FT5B117965 PG64-22 Type B Fine Base FT1B139965 PG64-22 Type B Fine Base FT1B117.2 PG64-22 Type B Fine Base 1901D PG64-22 Type D Fine Surface 1112B PG64-22 Type B Fine Base 1612B PG64-22 Type B Fine Base 341DV6422 PG64-22 Type D Fine Surface 340DV6422 PG64-22 Type D Fine Surface 3076BV6422 PG62-22 Type B Fine Base 341-BRAP6422ERG PG64-22 Type B Fine Base 37-211305-20 PG64-22 Type B Fine Base 44-211305-17 PG64-22 Type B Fine Base 211305 (1757) PG64-22 Type B Fine Base 222475 (1857) PG64-22 Type D Fine Surface 29-222475-19 PG64-22 Type D Fine Surface 1-222475-20 PG64-22 Type D Fine Surface 64-224125-18 PG70-22 Type D Fine Surface 12-222475-19 PG64-22 Type D Fine Surface Pine Hall Brick (Winston Salem, NC) Tactile Pavers Westem Brick Co. (Houston, TX) Detectable Warning Pavers Engineered Plastics, Inc. (Williamsville, NY) Armor Tile ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver Dow Tremco Pecora Crafco Silver Creek Materials Crouch Materials F and L Dirt Movers F and L Dirt Movers Tin Top Martin Marietta 890SL - Cold Applied, Single Component, Silicone Joint Sealant 900SL - Cold Applied, Single Component, Silicone Joint Sealant 300SL - Cold Applied, Single Component, Silicone Joint Sealant RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant Utility Embedment Sand Utility Embedment Sand Utility Embedment Sand Utility Embedment Sand Utility Embedment Sand ASTM D5893 ASTM D5893 ASTM D5893 ASTM D5893 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM C33 FORT WORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/01/2022 Approval Spec No. Classification Manufacturer Model No. Frame, Cover, and Grade Rings - Cast Iron** for Stormwater Structures 9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Water Manhole Gasketed Frame and Cover w/Longhorn Logo, Model No. NF-1743LT66 9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Sanitary Sewer Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1743LT69 9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 32" Diameter Fort Worth Sanitary Sewer Manhole Frame and Cover, Item No. NF-2280 9/9/2022 33 05 13 Manhole Frames and Covers EJCO Ergo XL Assembly 32" Diameter Sanitary Sewer Manhole Frame and Cover, Model No. 00148021L010 9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Storm Sewer Junction Box and Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1743LTXX 9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 24" Diameter Liftmate Storm Sewer Inlet Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1650LT61 9/9/2022 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, Ltd.) 24" Diameter MHRC #220605 ** 9/9/2022 33 05 13 Manhole Cover Neena Foundry 32" Diameter NF-1274-T91 9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter NF-1743-LM (Hinged) 9/9/2022 33 05 13 Manhole Frame Neena Foundry 32.25" Diameter NF-1930-30 9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter NF-1743-HV 9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 24" Diameter 2279ST** 9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 32" Diameter 2280ST 9/9/2022 33 05 13 Manhole Frames and Covers EJCO 32.25" Diameter EJ1033 X2/A **Note: All new development and new installation manhole lids shaf meet the minimum 30" opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Reinforced Concrete Storm Dram Pipe/Culverts 9/9/2022 33 41 10 Precast Box Culverts Forterra 9/9/2022 33 41 10 Concrete Pipe Wyes and Bends Forterra 9/9/2022 33 49 10 Precast Box Culverts Rinker Materials 9/9/2022 33 49 10 Concrete Pipe Rinker Materials 9/9/2022 33 41 10 Concrete Pipe Forterra Polypropylene Storm Drain Pipe 9/9/2022 133 4i13 'Polypropylene Pipe Storm Drain Manholes and Junction Boxes 9/9/2022 33 49 10 Stacked Manhole 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Manhole 9/9/2022 33 49 10 Manhole Connector 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box 9/9/2022 33 49 10 Junction Box Precast Box Culverts RCP Wye and Bends Rinker Materials Reinforced Concrete Box Culvert ASTM C789, C850 Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe ASTM C76, C655 Reinforced Concrete Pipe - Tongue and Groove +D48 (Advanced Drainage Systems, Inc. BHP Polypropylene Storm Drain Pipe Oldcastle Oldcastle Oldcastle Oldcastle Oldcastle Oldcastle Oldcastle Cowtown Redi Mix Rinker Materials Trelleborg Engineered Systems Forterra Forterra Forterra Forterra Forterra Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Precast 4' x 4' Stacked Manhole Precast 5' x 8' Storm Junction Box Precast 4' x 4' Storm Junction Box Precast 5' x 5' Storm Junction Box Precast 6' x 6' Storm Junction Box Precast 8' x 8' Storm Junction Box Base Precast 5' x 8' Storm Junction Box Base No. 260-2 6 Sack 3600 psi Concrete for Concrete Collars Rinker Materials Reinforced 48" Diameter Spread Footing Manhole Kor-N-Seal 106/406 Series Pipe to Manhole Connector 4' x 4' FRT-4x4-409-PRECAST-BASE 5' x 5' FRT-5x5-409-PRECAST-TOP 5' x 5' FRT-5x5-409-PRECAST-BASE 6' x 6' FRT-6x6-409-PRECAST-TOP 6' x 6' FRT-6x6-409-PRECAST-BASE 4'x 4' TPG-4x4-409-PRECAST TOP 4'x 4' TPG-4x4-409-PRECAST BASE 4'x 4' TPG-4x4-412-PRECAST 4-FT RISER 5 'x 5' TPG-5x5-410-PRECAST TOP 5 'x 5' TPG-5x5-410-PRECAST BASE 5 'x 5' TPG-5x5-412-PRECAST 5-FT RISER 6'x 6' TPG-6x6-41 1-PRECAST TOP 6'x 6' TPG-6x6-41 1-PRECAST BASE 6'x 6' TPG-6x6-412-PRECAST 6-FT RISER 7'x 7' TPG-7x7-41 1-PRECAST TOP 7'x 7' TPG-7x7-41 1-PRECAST BASE 7 'x 7' TPG-7x7-412-PRECAST 4-FT RISER 8 'x 8' TPG-8x8-41 1-PRECAST TOP 8 'x 8' TPG-8x8-41 1-PRECAST BASE 8 'x 8' TPG-8x8-412-PRECAST 5-FT RISER National Spec ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C789, C850 ASTM C76, C655 ASTM C478 ASTM C478 ASTM C478 ASTM C478 ASTM C478 ASTM C478 ASTM C478 ACI 318-14 ASTM C433 ASTM C923 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 FORT WORTH. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 12/01/2022 Approval Spec No. Classification Manufacturer Model No. National Spec Storm Drain Curb and Drop Inlets 9/9/2022 33 49 20 Curb Inlets 9/9/2022 33 49 20 Curb Inlets 9/9/2022 33 49 20 Curb Inlets 9/9/2022 33 49 20 Curb Inlets 9/9/2022 33 49 20 Junction Box 9/9/2022 33 49 20 Curb Inlet 9/9/2022 33 49 20 Curb Inlet 9/9/2022 33 49 20 Curb Inlet 9/9/2022 33 49 20 Drop Inlet 9/9/2022 33 49 20 Drop Inlet 9/9/2022 33 49 20 Drop Inlet Forterra Forterra Forterra Forterra Forterra Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group Thompson Pipe Group 10' x 3' FRT-10x3-405-PRECAST 10' x 3' FRT-10x3-406-PRECAST 10' x 4.5' FRT-10x4-407-PRECAST 10' x 4.5' FRT-10x4-420-PRECAST 4' x 4' FRT-4x4-409-PRECAST-TOP 10' x 3' TPG-10x3-405-PRECAST INLET 15' x 3' TPG-15x3-405-PRECAST INLET 20' x 3' TPG-20X3-405-PRECAST INLET 4' x 4' TPG-4X4-408-PRECAST INLET 5' x 5' TPG-5X5-408-PRECAST INLET 6' x 6' TPG-6X6-408-PRECAST INLET ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C913 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615 ASTM C615