Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 62648-PM1
CSC No. 62648-PM1 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Walsh Ranch — Quail Valley — Planning Area 5 — Structural IPRC Record No. IPRC24-0035 City Project No. 105441 FID No. 30114-0200431-105441-EO7685 File No. K-3241 X File No. N/A Mattie Parker Mayor David Cooke City Manager Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth JANUARY 2025 HUI1T HZ ZOLLARS 500 W. 7th Street, Suite 300 Fort Worth, Texas 76102-4728 Phone: (817) 335-3000 Fax: (817) 335-1025 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 im4tation t Bidde s 03/20/2020 00 21 13 lastFuetions to Bidders 03/20/2020 004100 Bid Fefm nn 1n 4 00 42 43 Proposal Form Unit Price 05/22/2019 F;,.atio,. A p,.i;,.atien 0045 3 00 45 26 made,. Pr-egttal Contractor Compliance with Workers' Compensation Law 03100 04/02/2014 00 45-40 00 52 43 Mine-i-„ Business Enterprise Goal Agreement 044a 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 007200 Maintenance Bond Genef.,i Conditions 01/31/2012 i ii i ii T 00 73 00 0073 10 c,,,.,.ie e„tary Ceadi ienp Standard City Conditions of the Construction Contract for Developer 07i0 z 01/10/2013 Awarded Projects Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 012500 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 nip Pr-egeet Meefings 07/01/2011 01 3233 Preconstruction Video 08/30/2013 013300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 014523 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 015713 Storm Water Pollution Prevention Plan 07/01/2011 016000 Product Requirements 03/20/2020 016600 Product Storage and Handling Requirements 04/07/2014 017000 Mobilization and Remobilization 04/07/2014 017123 Construction Staking 04/07/2014 017423 Cleaning 04/07/2014 017719 nip Closeout Requirements Open- 4io and r, aintena e Dat D -ejeet Reed -.7 D,.,.ttmen4_s 04/07/2014 nn in 4 nn in s 017939 CITY OF FORT WORTH Walsh Ranch — Quail Valley— Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02 - Existing Conditions Modified 02 n-13 Seleetiye Site Ile elite NONE 0 n�T Utility n o,,,,,ya i n b ,-,depA e t NONE r»�5 n.,ying vo., &y , NONE Division 03 - Concrete 03 30 00 Cast l Ulaee C rer-ete NONE 03 211 13 CE)PAFE)Iled Tow ct.eagti, M ter-i l (Cr S n NONE 03 34 16 Gene -ete Base M *r-i l for- Rea& Rep ;, NONE 039000 M di flea fieas to r, ,,rote St,. etufes NONE Division 26 - Electrical 2605 00 Commen WE)4E Results for- Ele t-ieal NONE 2tip De el;tie f Eleet,-iea Systems NONE 26053 Raee,. ays and Be, Ees f HlooWaz� Systems NONE 26 05 43 Underground Duets . , l Raee,. ays f r Elee#ieal Systems NONE Division 31- Earthwork 31 1000 Site Cg NONE Z l�o Unelassif;o,l l~..,..,,,.,t e NONE Z l�3 BOFFE) NONE 3124 00 E a�u-%--Pts NONE 312500 € 36aK w�a codimeat �l NONE 313600 Gabiens NONE 313700 Ripr-ap NONE Division 32 - Exterior Improvements 2'� P ef man erA A*kalt NONE 3'�o 4uh�lt 1%-.iag Repaif NONE 320129 Coner-ete n . ��ixg ilex -air NONE Z7�3 Flexible Base Courses NONE 32 9 Lime e Tr-ea4ed Base Ceiffses NONE 32 1133 Comen4 Rea4ed Base Ce NONE Z7�T Liquid ,i T-Fe to Sol Stab li moo, NONE 3'�o AsVhW.t�% ixg NONE 32 3 Asphalt It Pa-y ng C -aek Sea! NONE 32 13 3 Gene,-ete v .,' . NONE 3'�0 Gene,-ete Side walkii, Dsr4ve,. ays and B,,f fief F'Yac lire NONE Z7�3 Cone -ete Paving roi t Sea] NONE 32 14 16 fir.V1 Urxt, vice NONE 32 16 3 Gone,-ete C,,,b ,-ad C_„tto.s .-ada-ad Valley C_„tto.s NONE 27� Pavement Mar -kings gs NONE Z7� C:uFb A �m NONE "d CITY OF FORT WORTH Walsh Ranch — Quail Valley— Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 32 31 q6 W -e Fenees and rates NONE 3q 31 q9 Wood >; ones and Gates NONE 32 32 13 Cast i Dlaee Go ete Retaining Walls NONE 2'� Tepsoil Ul.,,."ment and Frri.,*rrr^ efTef'..,".," NONE Z7�3 H-Yd E) M l.,l ing Seeding, and Sodding NONE Z7�3 Tfees and S>,,ubs NONE Division 33 - Utilities 330130 Sewer- "aa manhole Testing NONE Z2�= Closed Cir-e ,;t Television (CCTv) laspeetie NONE Z2�o %,Tmw nDnipping of Existing Sower- Syst NONE 33 04 10 ToifA Beading "aa Elee ..;,,", Tsel t; NONE 33 04 11 C,.,...esieft C fit fe, Test ft&tiom NONE 33 04 r agaesitff.., mode C"tt.edie Pr-oteet;,,,,, Systeffl NONE 33 04 Temper -my Wa4ef: S"twie"" NONE 33 04 TO J�ankg and n, eept"aee Testing fW tef: Mains NONE 33 04-50 Cleaning e f Sewer- Mains NONE 33-0510 TTt;,;t<, Tr-eneh Exec ,"tied, EBrtkad epA, and Baekf;ll NONE Z 2�z Wa4e,. Line e Lowefin NONE 33 05 13 Fe, Cover an rr-ade Rings Cast 1 NONE 3305 13.10 �'�C—oyer- and Grade Rings C—empesite NONE Adjustinand Other- Stfuettir-es 33 05 14 Valve to NONE NONE NONE NONE 33 05 21 T xmol lira to NONE ZZ�z Stool Casing Npe NONE Z2�3 Had T„rreling NONE 33 0524 Installation ofC.,f fie- Pipe i Casingor- Tumel I ; of nl"to NONE 33-0526 U444 , r,rarke -sA ee ter-s NONE 33 05 30 I ""till,. e f &dstiag U4ih ;o" NONE 33 1105 Belts,Nt4s,—and kets NONE Z 2�o Dueti l e ir-o Pipe NONE 3,3 11 11 Dw-✓h trar. Fittings NONE 33 11 2 Pely,yi...1 Cb.l..fide (Dvr) Pr-esstir-e Pipe NONE 331113 Genefet2$resstife Pipe Baf 3ALFapped, Stool Cylinder- Type NONE 33 11 14 z INIro and Fittings NONE Z2�5 We Stfesse.l Coney-ete Cylinder- Pipe NONE 33 12 0 W"t SoM4ees , ineh t 2 el, NONE 33 12 11 Large e W"t Meter-s NONE Z2�o Resilient Seated Gate Valve NONE Z2�T A xx W- Rubbef Seated BtMe-fly x7.,1y NONE Z2�5 Comeeti r t Existing Water- Mains NONE 33-12 30 C,.m bin tie Air- Valve Assemblies Mies fee Potable Water- Systems s NONE 33 4240 Fire NONE Z2�o xx a4e - Sample Stations NONE Z2�o Standard Blew off V lye n sso,v.L.l., NONE 33 3112 Cured i Ulaee Pipe (Clnv4 NONE CITY OF FORT WORTH Walsh Ranch — Quail Valley— Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 Z2�3 Fibe :glass Reiff -ee Pipe for- ryi , Eanitar, s NONE Z2�5 High Density Pelyethylefte (LD_ �7 UL' U',�. ) � 1�2�kx Eanitar,-Sewef NONE 333120 NONE Ew-itm er- 3 7T Z2 1 TJ�TLA NONE 11 41z mar Slip NONE 33 3123 c.,,,;tary Sewef Pipe L'n1.,,-..o., eft NONE 33-31 50 Sa-a tarry Sewef Sefv ee r, nne tiers a -a cef-v4 e r ; o NONE 333170 Ge ffi in tie A:,. Valve -o EG'Aitwy sewe, o- o >,a � NONE Z2�o Cast i Dlaee r ner-ete Manholes NONE Z2�o Pr-ee st r fef:ete Manholes NONE 33 39 30 Fiber -glass Manholes NONE 33-39 40 Waste.. a4e A eeess Chamber- (W A r\ NONE Z2�o >~..,ex-y r ; o s for- Sanitary Sewer- cti-det,, -es NONE 33 41 10 Reinf ,-ee r rer-ete ct,,..m Se or Pip&r„lyei4s NONE 33 41 High Density D lyethylefle {MITDDE) Dip 0 DIN-aux. NONE 33 41 12 Dein f ,-ee PelyethleC' a (D``PE) Pipe NONE 33 4600 Stibdr-ainage NONE 33 4601 worm Dywim- NONE 33 4602 Tr- e na'i Droai s- NONE 33 49 10 Cast i Dlaee Manholes and r tnetio Bexes NONE 33-4 20 r,,,.h and Drop inlets NONE 33 4940 Storm Di6wrage Headwalls a -a W4agwa46 NONE Division 34 - Transportation 34 41 Tf FF;e c;,,,...,ls NONE 2^ ^�01 At#aalmI .,at A tmfeller- Gabinei NONE 3n n�02 Attaehfnefit B C entfe11 wif-mien NONE 3 ^ ^�03 Attaehfneat C--Se€tiuw SU o lifleatiea NONE ?/1 11 11 To,, per-, y T,-., ffie Signals NONE zn nil 13 Removing Raffie Signals NONE 2/1 11 15 Re4a±gul� Roo d FkcxAi1^ NONE 34 41 116 Pedest,.. a 14ybr-id Signal NONE 34 4120 Readw I11umimfie A&&emblie NONE 3 ^ ^�01 W ITS rt�- L/in. gas NONE 34 4120.02 Freeway LED n,.adw r ., � .�.yff.irgairvs NONE 34 4120.03 Residential LED n,..,a,. ay r � �.rninai.rs NONE 34 4130 Alu-wimlr. Figs NONE Iki10MLo CITY OF FORT WORTH Walsh Ranch — Quail Valley— Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httu://fortworthtexas.2ov/tvw/contractors/ or Division 02 - Existing Conditions Last Revised r»�3 Solo tiye Site Demolition 12/20/2012 0241 14 Utility it„ Removal, i n 1..,n,1,,.-mi-p-m t 12/20/2012 0241 5 Paving Removal 02/02/2016 Division 03 - Concrete 033000 Cast i Dlaee C fef:ete 12/20/2012 03 34 13 Ceatr-elled row St, engtl, M to -ia (Cr SW 12/20/2012 0Zv�16 Conefeta fiw, & 'MeAe .:.,1 for- T-r-eneh n opai 12/20/2012 03 8000 >,a,,dif4 ..,tions t Existing C „,. tote Stmet,, -es 12/20/2012 Division 26 - Electrical 7tii6 05 00 C,.,,,,,. e Work Results for- Ele t.ieal 11/22/2013 2tip De el:tie for- Eleetfieal Systems 12/20/2012 260533 Raee,, ays and Boxes f Eleetfieal Systems 12/20/2012 2605 43 Unde,.,...,,un Duets . , 1 Raee,, ays f ,. Eleetfieal Systems 07/01/2011 260550 Garthnunizatiens Multi Dtiet C,.n"A 02/26/2016 Division 31- Earthwork 31� 1000 Site C� 12/20/2012 Z,� U-nelassifie 1✓.,ea-,,,^4ier 01/28/2013 Z 1� Beffe 01/28/2013 3124 00 Fh%bor.kmants 01/28/2013 312500 >~,.esior and Sediment C,) l 12/20/2012 313600 Gabions 12/20/2012 313700 Reap 12/20/2012 Division 32 - Exterior Improvements 3201 17 no,... a-aert n �T �� r�Wt %:" r g Repa 12/20/2012 27� Temperafy Asphalt It Paving n ep : 12/20/2012 320129 Gene,-ete Paying nepa 12/20/2012 32 1123 Flexible Brio C^,,,.ses 12/20/2012 12 11 24, Lime Tfe ted Base C,,,,,ses 12/20/2012 Z7�3 Geme,.t T-e e Base C,,,, �o� 12/20/2012 liquid Tr-aated-&oil F&' *iliz_-f 08/21/2015 32�6 Asphalt It Paving 12/20/2012 32 1273 s hak,! t ixg Craek Seal,,, -,tom 12/20/2012 Z7�3 C^r^.ote Pay"ng 12/20/2012 Z7�o Cone tote S:,lew ks Driveways and-BafFier- Free Ramps 06/05/2018 32 1C,.ne fete Paying joint Sea4a.ts 12/20/2012 2'� D .: k Unit t Pa-v ng 12/20/2012 Z7�3 C re -ete C,,,.1. andGutters and Valley C_„ttefs 10/05/2016 Z7� Pavemew Maf-kings 11/22/2013 CITY OF FORT WORTH Walsh Ranch — Quail Valley— Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 �'�5• C:uFb A z's 11/04/2013 Z7�� Chain Fences .,,.,d Gates 12/20/2012 323126 WiFe Fenees and Goes 12/20/2012 3'�4 Wood Fenees ,-ad Gates 12/20/2012 Z7�3• Cat i Pla6e CE)fl fete R& ni:rg WA-S 06/05/2018 Z7�� TopsoilPl.,,.o,v,e t and „f'PaFk-w ays 12/20/2012 Z7�� 14ydFE) Mulej ing Seeding and S„dding 12/20/2012 3'� 43 TFees d Vhiulo 12/20/2012 Division 33 - Utilities Z2�o Sewer- and Manhole Testing 12/20/2012 33-0131 Closed Gi ouit Tolo Asio (CCTx') laspeetio 03/03/2016 33-03 10 Bypas3 12/20/2012 33 04 TO joint Beading andEleel-ma1. bdatven 12/20/2012 33 04 C,.,...esier Gee tF 1 Test SteAiens 12/20/2012 33 04 r,aagfies;,,,, Anode C. 4hedie PFeteetion S„steffl 12/20/2012 33 04-30 To,,.,,.,.,.ary W eF co,.., e 07/01/2011 33 04-40 Cleaning .-ad n eeept, n e Testing fW..to,. Mains 02/06/2013 33 04 50 ClQankg A SeweF Mai 12/20/2012 Z2�0 U44ity TFenih Dwa,, won, Emm,-_dmm.*� and Baek-44 12/12/2016 33-03 12 Wor E%ff.e r e : e__nD 12/20/2012 33-03 13 RameyGeveF and Grade Ring, Caste 01/22/2016 33 n�0 F-r-a-me-GoVo,. and Grade Ring, Composite Adjusting Manholes, �nl is Valve OtheFSiFuEtwes 01/22/2016 t6 sand 3-3-03-�412/20/2012 GFade y GeneFete W,.to. v,,,,l s 12/20/2012 33 057 GeneFete C, ears 12/20/2012 33 05 20 AugeF BEw7ing 12/20/2012 ZZ�T Ttwgel j roof Plato 12/20/2012 330522 Stool Casing -Ape 12/20/2012 330523 Hand Tunneling 12/20/2012 33 0524 inst.,lla4io. fCafr-;o. Pipe i Casing eF Tunnel Liner- oY Pike 06/19/2013 Z2�o U44 t., >,,raFkeFs,LL )e t,.,.s 12/20/2012 33 05 30 lion of Fk sting Ut ikas 12/20/2012 33 11 o5 Belts, T„ts andGaskets- 12/20/2012 0 bile troy. Pira 12/20/2012 ?i3 11 11 Dtw-✓h tror. Fittings 12/20/2012 33 11 PolyvinylGhIe.;de (PVC> Prow/ay 11/16/2018 33 11 13 eneFete P ess a Ape, Bar- Wf ppe Stool C„l;rao. Type 12/20/2012 4 n,,,.;ed Stool Pipe .-ad Fittings 12/20/2012 33 12 0 Wa4eF Sefvi es 1 1. t 2; e 02/14/2017 ZZ�T j . ge Wa4eF MeteFs 12/20/2012 Z2�no Resilient coated Gate Vy 12/20/2012 ZZ�T nxx W- RubbeF Seated BtMe-flyx7 l 12/20/2012 33 1225 Cenne tie to &Ei ting Water- Mains 02/06/2013 tie Air- Valve Assemblies f ,. Potable Water- Systems 33 1230 Ce 12/20/2012 ffi.in 33 1240 'r'i� 01/03/2014 33 1250 WatvrS:�Ja Sys 12/20/2012 33 0 Standard Blow off Valve Assembly 06/19/2013 CITY OF FORT WORTH Walsh Ranch — Quail Valley— Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 Z2�z Gur-ed i U aee Pipe /rTDD\ Z2�3 Fibef:glass Reinf -ee Pipe for- 33 31 15 High Density Pelyefl+yleae (HDP 333120 Pelynyi .,1 Chloride (Dvr) Gravity D1,,,.;,,..1 rt,l,.fide Closed .,12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 12/20/2012 ryi , Eanit:ar; s 12/20/2012 ) Pipe --for, Fwzt&rj of 12/20/2012 Sa-mit, y Sowef Pip 06/19/2013 U-efile r_,-.,yity Sanitary Sewer- (PVC) �� Pipe 44 11 Sanitary Se or Flrr Lhomi g 12/20/2012 33 3123 S.,,.;t., y Sewer- Pipe 1✓nlaf,.o,,.,efA 12/20/2012 33-31 50 S.,, itaf.,, Sewer- Sefyi e r, nne fiens a -a Se, ee r ; e 04/26/2013 Z2�o Combination if: Valve for- Sanitary Sewer- Fe -ee Mains 12/20/2012 ZZ�O Cast i Dlaee r ne -ete Manholes 12/20/2012 33 39 20 Pr-ee st r ne fete >\R.,nhel 12/20/2012 33-39-30 Fiberglass Manholes 12/20/2012 Z2�no Wastewater- n eeess r J:>,��,ar ) 12/20/2012 Z2�o Epoxy r ; o s for- Sanitfy Sewer- Sti-d .fes 12/20/2012 33 41 Reinf ,-ee r ref:ete S+,,,.m Sewer-Pipe,'r„l„e#s 07/01/2011 ✓� 11 11 High Density Pelyefl+yleae (HDPE) Pipe for- Spar D>mim 12/20/2012 33 41 12 Reinfer-eed D lyet le a (Snnl✓) Pipe 11/13/2015 3-3-4600 c �� 12/20/2012 3�-46 01 worm Dr-ai.n. 07/01/2011 33-46 02 T-fanoh Dmim 07/01/2011 33 49 10 Cast i Dlaee r,r.,fAieles and r,,,.etion BwEes 12/20/2012 33 4920 CtiA and Dr-ep inlets 12/20/2012 33 4940 Ste m. Dw�: age 14ea ,...,lls and W4fig,, a is 07/01/2011 Division 34 - Transportation 34 41 10 T,-affi, S;,.a 1s 10/12/2015 34 ^�01 AAaehneat A EepAfeller- crabinet 12/18/2015 34 ^�02 rnrAaehment B CE)PAf elix 6r,oc�f-atien 02/2012 34� n-i 0.03 Attaebme it C Seft'V6 afe vpeeifi^cutien 01/2012 211 11 11 Temperary T,-., ffie Signals 11/22/2013 34 41 Removing R ffie Signals 12/20/2012 34 41 15 Reeta*gulor laUd F�aA, iryA Beaeen 11/22/2013 34 41 Pedes,fia 14ybr-id Signal 11/22/2013 34 4120 Readw Illu mintiiar. Assemblies 12/20/2012 34 ^�01 Soria = P_aa L/,minaire-s 06/15/2015 34 4120.02 Freeway LED n,.,,,1,..r., � .iwriigairrs 06/15/2015 34 4120.03 Resi-dmt;,1. ='Roadway ijami:,�^;r$s 06/15/2015 34 4130 Alummirs F/.gns 11/12/2013 02/26/2016 11/22/2013 CITY OF FORT WORTH Walsh Ranch - Quail Valley- Planning Area 5 - Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix GG-4.91 Page 8 of 8 GC-4.02 Subsurface and Physical Conditions GG-4.91 UndefgfourA Fooili:-ies GC-6.0"7 1Vff .o w__ P"-. its a -ad T T44ifies GE-6. 1 Nandizupi,,%lnotian GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley— Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project item Information 00 42 43 DAP - BID PROPOSAL Page 6 of 8 PA5-STRUCTURAL Bidder's Application Bidder's Proposal Bidlist Item No. Description I I Specification I Section No. Unit of Measure Bid Quantity Unit Price Bid Value VI: BRIDGE IM_ �IROVEMENTS 1 _UNIT 400.6005 CEM STABIL BKFL 00 00 00� Cy 246 $200.00 $49,200.00 2 416.6001 DRILL SHAFT (18 IN.) 00 00 00 LF 80 $240.00 $19,200.00 3 416.6004 DRILL SHAFT (36 IN.) 00 00 00 LF 200 $360.00 $72,000.00 4 420,6014 CL C CONC (ABUT) (HPC) 00 00 00 Cy 72.6 $1,250.00 $90,750.00 5 422.6002 REINF CONC SLAB (HPC) 00 00 00 SF 5,625 $29.00 $163,125.00 6 422.6014 BRIDG SIDEWALK (HPC) 00 00 00 SF 2,725 $18.00 $49,050.00 7 422.6015 APPROACH SLAB 00 00 00 Cy 83 $900.00 $74,700.00 8 425.6039 PRESTR CONC GIRDER (TX54) 00 00 00 LF 871.71 $235.00 $204,851.85 9 432.6033 RIPRAP (STONE PROTECTION) (18 IN.) 00 00 00 Cy 191 $200.00 $38,200.00 10 442.6008 STR STEEL (MISC BRIDGE) 00 00 00 LB 420 $16.00 $6,720.00 11 450.6072 RAIL (TY C402) (HPC) 00 00 00 LF 322 $240.00 $77,280.00 12 454.6018 SEALED EXPANSION JOINT (4 IN) (SEJ-M) 00 00 00 LF 58 $250.00 $14,500.00 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS WR-5_Structural 004243 _Bid Proposal_DAP_2024- I 0-24 Form Version May 22, 2019 — 00 42 43 DAP - BID PROPOSAL Page 7 of 8 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM PA5 - STRUCTURAL UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist I I SpecifiSection No. cation I Unit of m No. Description Measure Bld Quantity Unit Price Bid Value Ite TOTAL UNIT VI: BRIDGE IMPROVEMENTS $859,576.85 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS WR-5_Strucmral_00 42 43_Bid Proposal_DAP_2024-10-24 Form Version May 22, 2019 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 DAP - BID PROPOSAL Page 8 of 8 PA5-STRUCTURAL Bidder's Application Bidder's Proposal Description I Specification I Unit of I Bid Quantity I Unit Price I Bid Value Section No. Measure Bid Summary UNIT VI: BRIDGE IMPROVEMENTS This Bid is submitted by the entity named below: BIDDER: ASHLAR CONTRACTING COMPANY PO BOX 700 BLUE RIDGE, TX 75424 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. Total Construction Bid BY: Lk I iiER UNNON TIT ESIDENT DATE: 1013012024 $859,576.85 $859,576.85 90 working days after the date when the END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS WR-5_Structural_00 42 43_Bid Proposal_DAP_2024-10-24 Form Version May 22, 2019 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S 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. 105441. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 CONTRACTOR: 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Ashlar Contracting Comnanv Company P.O. Box 700 Address Blue Ridge. TX 75424 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Luther Kennon rint) Signatur . w Title: President (Please Print) BEF REM , the u d rsigned authority, on this day personally appeared �j� VY) , known to me to be the person whose name is subscribed to the foregoilig instrAment, and acknovAedged to me that he/she executed the same as the act and deed of ( rN for the purposes and consideration therein expressed and in the cap ' there n Staled. GIVEN UNDER MY HAND AN AL OF OFFICE this 1,�11 L ftf , 20 K:k 3TINE KYSIAK. MY COMMISSION EXPIRE811115tary Public i d r the State of Texas 12/10/27 NOTARY ID: 128804837 I END OF SECTION OLJ day of CITY OF FORT WORTH Walsh Ranch —Quail Valley —Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 105441 Revised April 2, 2014 UUL:u WylI CIIVCIUytC IV. U/io/r'+ J-OIVU/JJ:7U 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on October 17th, 2024 , is made by and 4 between the Developer, (Quail Valley Devco V, LLC), authorized to, do business in Texas 5 ("Developer"), and Ashlar Contracton2 Comnanv, authorized to do business in Texas, acting by 6 and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Walsh Ranch — Ouail Valley — Planning Area 5 — Structural 16 City Proiect No. 105441 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 90 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer Eight Hundred and Thirtv Two Dollars ($832.00 for each day that expires 35 after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the 36 Final Letter of Acceptance. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised June 16, 2016 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX UVI:UDIy I CI IVCIVI v IU. v, %o4 -ff/1J-D I I JJ.7v 005243-2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of EIGHT HUNDRED AND FIFTY-NINE 40 THOUSAND. FIVE HUNDREDAND SEVENTY --SIX DOLLARS AND EIGHTY-FIVE 41 CENTS ($859,576.85). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment or, 63 if not attached, as incorporated by reference and described in the Table of Contents 64 of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised June 16, 2016 IJUUUNY1I CI IVU1VPt: IU. VI104I-4MJ-0 i JJUV 005243-3 Developer Awarded Project Agreement Page 3 of4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused, in whole or in hart, by anv act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is 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 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 98 the Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon DEVELOPER and 110 CONTRACTOR. ill 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised June 16, 2016 LjuuuJ I y I I CI IV CI upt; IL/. VMOLF4 %J-o IUV-'i llL L-Ml.LO-J l,MuFUol JJ.7V 005243-4 Developer Awarded Project Agreement Page 4 of 4 115 7.6 Authority to Sign. 116 Contractor shall attach evidence of authority to sign Agreement, if other than duly 117 authorized signatory of the Contractor. 118 119 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 120 counterparts. 121 122 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 123 Contractor: Ashlar Contracting Developer: Quail Valley Devco V, LLC Company 124 125 ry- Signed by: —�II—,1—,, l(Signature) Luther Kennon (Printed Name) Title: President Company Name: Address: P.O. Box 700 City/State/Zip: Blue Ridge, Texas 75424 10/17/2024 Date DocuSigned by: 4 coq `9gn3 8FF- 1929942B... (Slaiure� Seth Carpenter (Printed Name) Title: Vice President Company Name: Quail Valley Devco V, LLC Address: 400 S. Record Street, Suite 1200 City/State/Zip: Dallas, Texas 75202 10/17/2024 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised June 16, 2016 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I - COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Non -owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V — DEFINITIONS of the Coverage Form: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD- ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V — DEFINITIONS of the Coverage Form is replaced by the following: 17. "Property damage" means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the 'occurrence" that caused it. For purposes of this insurance, "electronic data" is not tangible property. SECTION I — COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I — COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an 'occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products -completed operations hazard"; f. Motor vehicles; g. "Your product' arising out of it or any part of it; or h. "Your work' arising out of it or any part of it. 3. Deductible We will not pay for loss in any one `occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an 'occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products -completed operations hazard"; e. Motor vehicles; f. "Your product' arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one 'occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you area "seller", we will reimburse you for "product withdrawal expenses" associated with "your product' incurred because of a "product withdrawal' to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. This insurance applies to a "product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a "product withdrawal". c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a "product withdrawal" will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a "product withdrawal" This applies regardless of whether the determination to conduct a "product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a "product withdrawal; or (3) When a third party has initiated a "product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your product". b. A "product withdrawal", initiated because of a "defect" in "your product" known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A - Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A "Defect" Or A "Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: (a) How, when and where the "defect" was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your product". (2) If a "product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal"; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "Defect" means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your product" which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a "product withdrawal" will not be limited to those batches of "your product" which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect" in "your product", or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a "product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non -salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; (7) Costs of warehouse or storage space; or CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (8) Costs of proper disposal of "your products", or products that contain 'your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your product", or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a "contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a "contractor', we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product', "your work' or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sold or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates orjob costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities performed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. n. Any liability for "property damage" to "your work" if the damaged work or the workout of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a "seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F. COVERAGE H. LOST KEY COVERAGE 1. Insuring Agreement We will pay those sums, subject to the limits of liability described in SECTION III LIMITS OF INSURANCE in this endorsement and the deductible shown below, that you become legally obligated to pay as damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted to or in the care, custody or control of you or your "employees" or anyone acting on your behalf. The damages covered by this endorsement are limited to the: a. Actual cost of the keys; b. Cost to adjust locks to accept new keys; or c. Cost of new locks, if required, including the cost of installation. 2. Exclusions This insurance does not apply to: a. Keys owned by any insured, employees of any insured, or anyone acting on behalf of any insured; b. Any resulting loss of use; or c. Any of the following acts by any insured, employees of any insured, or anyone acting on behalf of any insured: 1) Misappropriation; 2) Concealment; 3) Conversion; 4) Fraud; or 5) Dishonesty. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $1,000. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, G, and H. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and (5) Nothing herein shall extend the term of this policy. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by you or those acting on your behalf in connection with the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to liability for "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in "your product" made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: The exceptions contained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; e. Care, Custody or Control damages under Coverage E.; and f. Lost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8. is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one `occurrence" is $1,500. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one `occurrence" is $1,000. The most we will pay in any one -policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one -policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. 8. Paragraph 11. is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one -policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000. For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12. is added as follows: 12. Subject to Paragraph 5. above, the most we will pay under Coverage H., Lost Key Coverage for damages arising out of any one occurrence is $50,000. 10. Paragraph 13. is added as follows: 13. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Paragraph 14. is added as follows: 14. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an 'occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the 'occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not -for -profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an 'occurrence" to us at the time of the 'occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this `occurrence" to us as soon as you become aware that this `occurrence" may be a liability claim rather than a workers compensation claim. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 14 Copyright 2020 FCCI Insurance Group Insured Copy COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 4. Paragraph 6. is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. 6. Paragraph 10. is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 14 Copyright 2020 FCCI Insurance Group Insured Copy POLICY NUMBER: C P P 10 0 0 712 7 0— 0 3 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONTRACT OR AGREEMENT - ONGOING OPERATIONS AND PRODUCTS -COMPLETED OPERATIONS (TEXAS LIMITED SOLE NEGLIGENCE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE (OPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations (As per the written contract or agreement, provided the location is within the "coverage territory".) (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured; or c. "Your work" performed for the additional insured and included in the "products -completed operations hazard" if such coverage is specifically required in the written contract or agreement. With respect to liability of the additional insured for "bodily injury" of an employee or agent of a named insured or the employee of a named insured's subcontractor, coverage shall apply for the partial or sole negligence of the additional insured, but only if such coverage is specifically required in the written contract or agreement. However, the insurance afforded to such additional insured(s) described above: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 2 Copyright 2020 FCCI Insurance Group. Insured Copy POLICY NUMBER: C P P 10 0 0 712 7 0— 0 3 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) c. Will not be broader than that which is afforded to you under this policy; and d. Nothing herein shall extend the term of this policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: 1. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A. 1.; or 2. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. E. Section IV — Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an 'occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; 2. Send us copies of all legal papers 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; and 3. Tender the defense and indemnity of any claim or "suit' to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit'. F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 2 Copyright 2020 FCCI Insurance Group. Insured Copy WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2 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: Refer to Premium Calculation Page 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 06-30-24 Policy No. WC0100071272-03 Endorsement No. Insured Ashlar Contracting Company Premium $ Included Insurance Company FCCI Insurance Company Countersigned By WC420304B (Ed. 6-14) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Insured Copy COMMERCIAL AUTO CAU 058 (10 22) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsements) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. 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 additional insured is an "insured" for Liability Coverage, but only for damages to which 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. g. Any "employee" of yours using: (1) a covered "auto" you do riot own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 4 Copyright 2021 FCCI Insurance Group Insured Copy COMMERCIAL AUTO CAU 058 (10 22) B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a total maximum of $1,500 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $1,500. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2021 FCCI Insurance Group Insured Copy COMMERCIAL AUTO CAU 058 (10 22) d. Auto Loan/Lease Gap Coverage The following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto" is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for "loss" due and confined to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations prior to the application of the Limit of Insurance provided that: 1. The Comprehensive or Specified Causes of Loss Coverage deductible applies only to "loss" caused by: a. Theft or mischief or vandalism; or b. All perils. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2021 FCCI Insurance Group Insured Copy COMMERCIAL AUTO CAU 058 (10 22) 2. Regardless of the number of covered "autos" damaged or stolen, the maximum deductible applicable for all "loss" in any one event caused by: a. Theft or mischief or vandalism; or b. All perils; will be equal to five times the highest deductible applicable to any one covered "auto" on the Policy for Comprehensive or Specified Causes of Loss Coverage. The application of the highest deductible used to calculate the maximum deductible will be made regardless of which covered "autos" were damaged or stolen in the "loss". 3. Any Comprehensive Coverage deductible shown in the Declarations does not apply to: a. "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. b. Glass damage if repaired rather than replaced. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suit" or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: 5. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form. C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2021 FCCI Insurance Group Insured Copy COMMERCIAL AUTOMOBILE CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED - BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II.A.1. Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. Insured Copy IL 060 (07 13) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET NOTIFICATION TO OTHERS OF CANCELLATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM BUSINESSOWNERS COVERAGE FORM COMMERCIAL CRIME COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM COMMERCIAL OUTPUT POLICY COMMERCIAL PROPERTY COVERAGE PART FARM COVERAGE PART FARM UMBRELLA COVERAGE FORM GARAGE COVERAGE FORM LIQUOR LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART If we cancel this policy for any statutorily permitted reason other than nonpayment of premium we will mail notice of cancellation to any person or organization to whom you have agreed in a written contract 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 shown in the Declarations receives notice from us of the cancellation of this policy; and, 2. We receive such written request at least 45 days before the effective date of cancellation. We will mail such notice at least 30 days before the effective date of the cancellation. Irrespective of any of the provisions above, nothing herein is intended to vest any right in the person or organization to be given notice, and said person or organization shall have no rights under this policy if he/it does not receive notice per this endorsement. IL 060 (07 13) Copyright 2013 FCCI Insurance Group. Page 1 of 1 Insured Copy Bond No. 327476D 0062 13 - 1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 6213 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Ashlar Contracting Comnanv , known as "Principal" herein and 8 Westfield Insurance Company , a corporate surety(sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, Ouail Valley Devco V. LLC, authorized to do 11 business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the penal sum of, Eight Hundred and Fiftv-Nine Thousand, Five Hundred and 13 Seventy -Six Dollars and Eishty-five Cents ($859,576.85), lawful money of the United States, to 14 be 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 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CIA Number CFA24-0160; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the 17th day of October , 20 24, which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Walsh Ranch — Quail Valley — Planning 25 Area 5 — Structural. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Walsh Ranch - Quail Valley- Planning Area 5 - Structural STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised January 31, 2012 0062 13 - 2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 20th day of December 9 20 24 . 10 PRINCIPAL: 11 Ashlar Contracting Company 12 13 BY: 14 Signature 15 ATTEST: 16 Luther Kennon, President 17 (Principal) Secretary Name and Title 18 19 Address: P.O. Box 700 20 Blue Ridge, TX 75424 21 22 Witness as to Principal 23 SURETY: 24 Westfield Insurance Company 25 Z:� 26 BY: �—��► V. 27 Signature 28 29 Donnie D. Doan, Attorney -In -Fact 30 Name and Title rJ 31 _r 32 Address: 8144 Walnut Hill Lane, 16th'F16or i 33 Dallas, TX 7523134 35 Wit ess to Surety Jessica maguer Telephone Number:36 (972) 770-1600' ,N <«•..• �' Q,�`' FlFFiTii4Ftt5x\` . 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Walsh Ranch — Quail Valley— Planning Area 5 — Structural STANDARD CITY CONDITIONS DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Bond No. 327476D SECTION 00 6214 PAYMENT BOND 00 62 14 - 1 PAYMENT BOND Page 1 of 2 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Ashlar Contractinlr Comnanv. known as "Principal" herein, and Westfield Insurance Company , a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Quail Valley Devco V, LLC, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Eight Hundred and Fifty - Nine Thousand, Five Hundred and Seventy -Six Dollars and Eighty -Five Cents ($859,576.85), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CIA Number CFA24-0160; and WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the 17th day of October , 20 24 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Walsh Ranch — Quail Valley — Planning Area 5 — Structural. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. 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 statute. CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 5 - Structural STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 20th day of 3 December .20 24 . 4 5 6 7 8 ATTEST: 9 10 (Principal) Secretary 11 12 13 14 15 Witness as to Principal 16 17 18 19 20 21 22 23 24 25 2627 rn 28 Witness to Surety Jessica AI l guer 29 PRINCIPAL: Ashlar Contracting Company C Signature Luther Kennon, President Name and Title Address: P.O. Box 700 Blue Ridge, TX 75424 SURETY: Westfield Insurance Company B Y: Signature Donnie D. Doan, Attorney -In -Fact cy Name and Title Address: 8144 Walnut Hill Lane, 16tti floor Dallas, TX 75231 ! ` Telephone Number: (972) 770-1600 30 Note: If signed by an officer of the Surety, there must be on file a certified extract from 31 the bylaws showing that this person has authority to sign such obligation. If Surety's 32 physical address is different from its mailing address, both must be provided. 33 34 The date of the bond shall not be prior to the date the Contract is awarded. 35 36 END OF SECTION CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 5 - Structural STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised January 31, 2012 Bond No. 327476D 00 62 19 - 1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6219 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Ashlar Contractina Comvanv, known as "Principal" herein and 8 Westfield Insurance Company , a corporate surety (sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, Quail Valley Devco V, LLC, authorized to do 11 business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 12 ("City"), in the sum of Eight Hundred and Fifty -Nine Thousand, Five Hundred and Seventy -Six 13 Dollars and Eighty -Five Cents ($859,576.85), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto 15 the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 19 CIA Number CFA24-0160; and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer 21 awarded the 17th day of October . 20 24 , which Contract is 22 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 23 materials, equipment labor and other accessories as defined by law, in the prosecution of the 24 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 25 the "Work") as provided for in said Contract and designated as Walsh Ranch — Quail Valley — 26 Planning Area 5 — Structural; and 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 NOW THEREFORE, the condition of this obligation is such that if Principal shall 5 remedy any defective Work, for which timely notice was provided by Developer or City, to a 6 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 7 remain in full force and effect. 8 9 10 11 12 13 14 15 16 17 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 5 - Structural STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 20th day of December , 2024. PRINCIPAL: Ashlar Contracting Company BY - Signature ATTEST: Luther Kennon, President (Principal) Secretary Name and Title Address: P.O. Box 700 Blue Ridge, TX 75424 Witness as to Principal SURETY- Westfi nsurance Company ♦—%... BY:%.-�, Signature Donnie D. Doan, Attorney -In -Fact Name and Title Address: 8144 Walnut Hill Lane, 16th Fldo� .: •...` Dallas, TX 75231 ,�- Witness to Surety Jessica Almag' r Telephone Number: (972) 770-1600 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 5 - Structural STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised January 31, 2012 IMPORTANT NOTICE STATE OF TEXAS COMPLAINT PROCEDURES 1. IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: 2. You may contact your agent. 3. You may call Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-243-0210 4. You may also write to Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company at: Attn: Bond Claims One Park Circle P O Box 5001 Westfield Center, OH 44251-5001 Fax #330-887-0840 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectiona-tdi.state.tx.us 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent, Westfield Insurance Company, Westfield National Insurance Company, or Ohio Farmers Insurance Company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Puede comunicarse con su (title) al (telephone number). Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-243-0210 Usted tambien puede escribir a Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company: Attn: Bond Claims One Park Circle P O Box 5001 Westfield Center, OH 44251-5001 Fax #330-887-0840 Puede comunicarse con el Departamento de Sequros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionCcDtdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente, Westfield Insurance Company, Westfield National Insurance Company, o Ohio Farmers Insurance Company primero. Si no se resuelve la 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. BD5430 (07-07) THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 06/05/19, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220072 03 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint JOHN D. FULKERSON, TOM P. ELLIS, III, DONNIE D. DOAN, KAE PERDUE, KRISTI MEEK, DAWN DAVIS, WALTER J. DELAROSA, SHARON CLARY, RYAN BOWLES, CHRISTEN TYNER, JOINTLY OR SEVERALLY of DALLAS and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANI LL, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be It Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 05th day of JUNE A.D., 2019 . ,«NMIp1 «I"q,1 Corporate �.•'"�V1 ••°��nNA(�''%, '"" "'••. WESTFIELD INSURANCE COMPANY Seals !}��!..•••••..'�!C�� �,�'aP.•O ••!�s WESTFIELD NATIONAL INSURANCE COMPANY Affixed} ..• Iro. �, �s o• `Gp':_ y OHIO FARMERS INSURANCE COMPANY SEAL. 1848 By State of Ohio " '"'"``" Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 05th day of JUNE A.D., 2019 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial �.wnNN Seal ; a�A% A L Affixed State of Ohio County of Medina ss.: '`•ti TF. OF Off, A V4 to " I d, /,� �� David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 20th day of l)eremher A.D., 2024 �.!VS,, ifs SEAL m -1848 '••11/II*Ill••„'' y,'"••"NIIIM•111-•`,i J F Secretary Frank A. Carrino, Secretary BPOAC2 (corrtsined) (06-02) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology...........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology.................................................................................................................................. 5 Article2 —Preliminary Matters.........................................................................................................................6 2.01 Before Starting Construction......................................................................................................... 6 2.02 Preconstruction Conference.......................................................................................................... 6 2.03 Public Meeting.............................................................................................................................. 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards......................................................................................................................6 3.02 Amending and Supplementing Contract Documents................................................................... 6 Article 4 — Bonds and Insurance........................................................................................................................ 7 4.01 Licensed Sureties and Insurers...................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds......................................................................... 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 —Contractor's Responsibilities.........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)......................................16 5.07 Concerning Subcontractors, Suppliers, and Others....................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas........................................................................................................19 5.12 Record Documents...................................................................................................................... 20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative..................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals.................................................................................................................................... 22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services...............................................................................24 5.20 Right to Audit: ............................................................................................................................. 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 - Other Work at the Site...................................................................................................................26 6.01 Related Work at Site................................................................................................................... 26 Article 7 - City's Responsibilities.................................................................................................................. 26 7.01 Inspections, Tests, and Approvals................................................................................................... 26 7.02 Limitations on City's Responsibilities........................................................................................26 7.03 Compliance with Safety Program............................................................................................... 27 Article 8 - City's Observation Status During Construction............................................................................27 8.01 City's Project Representative......................................................................................................27 8.02 Authorized Variations in Work...................................................................................................27 8.03 Rejecting Defective Work...................................................................................................... 27 8.04 Determinations for Work Performed..........................................................................................28 Article9 - Changes in the Work..................................................................................................................... 28 9.01 Authorized Changes in the Work................................................................................................28 9.02 Notification to Surety..................................................................................................................28 Article 10 - Change of Contract Price; Change of Contract Time................................................................. 28 10.01 Change of Contract Price............................................................................................................28 10.02 Change of Contract Time............................................................................................................ 28 10.03 Delays.......................................................................................................................................... 28 Article 11 - Tests and Inspections; Correction, Removal or Acceptance ofDefective Work.......................29 11.01 Notice of Defects........................................................................................................................ 29 11.02 Access to Work...........................................................................................................................29 11.03 Tests and Inspections..................................................................................................................29 11.04 Uncovering Work.................................................................................................................. 30 11.05 City May Stop the Work............................................................................................................. 30 11.06 Correction or Removal of Defective Work............................................................................ 30 11.07 Correction Period........................................................................................................................ 30 11.08 City May Correct Defective Work............................................................................................. 31 Article12 - Completion.................................................................................................................................. 32 12.01 Contractor's Warranty of Title.................................................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection...........................................................................................................................32 12.04 Final Acceptance.........................................................................................................................33 Article13 - Suspension of Work..................................................................................................................... 33 13.01 City May Suspend Work............................................................................................................. 33 Article14 - Miscellaneous.............................................................................................................................. 34 14.01 Giving Notice.............................................................................................................................. 34 CITY OF FORT WORTH Walsh Ranch - Quail Valley - Planning Area 5 - Structural STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 14.02 Computation of Times................................................................................................................34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) --A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right -of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right -of- way or easement on a recordedplat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit i. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are notContract Documents. 10. Contractor —The individual or entity with whom Developer has entered into theAgreement. IL Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer —An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of theAgreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of theAgreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of theProject. 28. Regular Working Hours — Hours beginning at 7:00 a. in. and ending at 6: 00 p. m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at theSite. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the ContractDocuments. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non - Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the followingways: 1. A Field Order; CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 eachoccurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired andnon-owned. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None b. Each Occurrence: None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right- of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repairwork performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made byparticipating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute itemwill: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of35 ❑ Required for this Contract. V Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. V Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shallbe open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement ofpatent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and OtherAreas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2 At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve theDamage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endangerit. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the ContractDocuments. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage causedby: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or finalpayment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes ofactions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing Cityfunds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as maybe requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a parry to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipatedproject. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed anegative result and require a retest. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of35 Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2 consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the otherparty. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 0073 10-35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105441 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105441 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects City Project No. 105441 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES f.Y1C�Jl Y [I]�Dji�YIII] Y11:1,01010110Is)►a9:Telej11/111.14Xy PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM971:01WWI17Z%140IDleh81 Z1Zy11111716y A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected i£ a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 1W Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING f.Y1C�[1)�D7[c3f G� I9;1 :role) ►6*10:YIl4i 0Is] ►Iu 191 so 112It PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1W4=914101WW177\'/u1Dle1@9ZIZy011117D6y A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013119-2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Pagel of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO 17\;71 IiQeI 01►101;7.11 0 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 �� 019i I [130111[-tillir 117:11'7Y8)1.181 a1F.111W PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page I of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Sectionnumber. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limitedto: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabricationprocesses, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It maybe necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit aP.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0135 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. £ Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USAGE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 0135 13 -5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 1 2 3 4 Date: EXHIBIT B FORT WORTH DOE NO. xxxx Project Name: 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) C630 MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised August 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Pagel of 2 ;y 0(61111301111E,&**j INM110121CYNI ►1101► 39114i00eVol11:NT/lei M11 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Pagel of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM97[yWW1III Z%140IDleh87 ZIZy011114*9M A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration ofthe project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 fy 00011 [I]►`[Ij�XY►�T� 6111;711soitlift"Ia91l iuMUI .ReiBOUTM111atoy:%I1812R"9 ' • a16016]►M119101 a PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised July 1, 2011 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised July 1, 2011 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised July 1, 2011 0157 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised July 1, 2011 015713-3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 111\IZI]ON] DcalICC7 I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Pagel of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs:HaDDs.fortworthtexas.gov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 4 63XOJI M 130DjLLTIII] PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control ofpremises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Pagel of 4 ISTM 3IaV0:VYcG).r:1a.O;191UTI 0IaKAN00eI PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE 4/7/2014 NAME M.Domenech 111\I IZI] Wy 019i I IQ I Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Paget of 7 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 9 C.Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A.Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 38 1.3 REFERENCES 39 A.Definitions CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254 24 (qualifications based selection) for this project. 25 1.5 SUBMITTALS 26 A. Submittals, if required, shall be in accordance with Section 01 33 00. 27 B. All submittals shall be received and reviewed by the City prior to delivery of work. 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29 A.Field Quality Control Submittals 30 1. Documentation verifying accuracy of field engineering work, including coordinate 31 conversions if plans do not indicate grid or ground coordinates. 32 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 33 71 23.16.01 — Attachment A — Survey Staking Standards). 34 35 1.7 CLOSEOUT SUBMITTALS 36 B. As -built Redline Drawing Submittal 37 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 38 constructed improvements signed and sealed by Registered Professional Land Surveyor 39 (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking 40 Standards) . CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one 2 (1) week prior to scheduling the project final inspection for City review and comment. 3 Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to 4 the City prior to scheduling the construction final inspection. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Construction Staking 8 1. Construction staking will be performed by the Contractor. 9 2. Coordination 10 a. Contact City and Developer's Project Representative at least one week in advance 11 notifying the City of when Construction Staking is scheduled. 12 b. It is the Contractor's responsibility to coordinate staking such that construction 13 activities are not delayed or negatively impacted. 14 3. General 15 a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or 16 Developer's Project Representative are required to re -stake for any reason, the 17 Contractor will be responsible for costs to perform staking. If in the opinion of the 18 City, a sufficient number of stakes or markings have been lost, destroyed disturbed or 19 omitted that the contracted Work cannot take place then the Contractor will be required 20 to stake or re -stake the deficient areas. 21 B. Construction Survey 22 1. Construction Survey will be performed by the Contractor. 23 2. Coordination 24 a. Contractor to verify that horizontal and vertical control data established in the design 25 survey and required for construction survey is available and in place. 26 3. General 27 a. Construction survey will be performed in order to construct the work shown on the 28 Construction Drawings and specified in the Contract Documents. 29 b. For construction methods other than open cut, the Contractor shall perform 30 construction survey and verify control data including, but not limited to, the following: 31 1) Verification that established benchmarks and control are accurate. 32 2) Use of Benchmarks to furnish and maintain all reference lines and grades for 33 tunneling. 34 3) Use of line and grades to establish the location of the pipe. 35 4) Submit to the City copies of field notes used to establish all lines and grades, if 36 requested, and allow the City to check guidance system setup prior to beginning each 37 tunneling drive. 38 5) Provide access for the City, if requested, to verify the guidance system and the line 39 and grade of the carrier pipe. 40 6) The Contractor remains fully responsible for the accuracy of the work and 41 correction of it, as required. 42 7) Monitor line and grade continuously during construction. 43 8) Record deviation with respect to design line and grade once at each pipe joint and 44 submit daily records to the City. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 1 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 2 05 23 and/or 33 05 24), immediately notify the City and correct the installation in 3 accordance with the Contract Documents. 4 C. As -Built Survey 5 1. Required As -Built Survey will be performed by the Contractor. 6 2. Coordination 7 a. Contractor is to coordinate with City to confirm which features require as -built 8 surveying. 9 b. It is the Contractor's responsibility to coordinate the as -built survey and required 10 measurements for items that are to be buried such that construction activities are not 11 delayed or negatively impacted. 12 c. For sewer mains and water mains 12" and under in diameter, it is acceptable to 13 physically measure depth and mark the location during the progress of construction and 14 take as -built survey after the facility has been buried. The Contractor is responsible for 15 the quality control needed to ensure accuracy. 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i)Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 3) Sanitary Sewer 2 a) Cleanouts 3 (1) Rim and flowline elevations and coordinates for each 4 b) Manholes and Junction Structures 5 (1) Rim and flowline elevations and coordinates for each manhole 6 and junction structure. 7 4) Stormwater — Not Applicable 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY 11 PART 2 - PRODUCTS 12 A.A construction survey will produce, but will not be limited to: 13 1. Recovery of relevant control points, points of curvature and points of intersection. 14 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently 15 permanent and located in a manner to be used throughout construction. 16 3. The location of planned facilities, easements and improvements. 17 a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, 18 utilities, streets, highways, tunnels, and other construction. 19 b. A record of revisions or corrections noted in an orderly manner for reference. 20 c. A drawing, when required by the client, indicating the horizontal and vertical location 21 of facilities, easements and improvements, as built. 22 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 23 construction staking projects. These cut sheets shall be on the standard city template which 24 can be obtained from the Survey Superintendent (817-392-7925). 25 5. Digital survey files in the following formats shall be acceptable: 26 a. AutoCAD (.dwg) 27 b. ESRI Shapeflle (.shp) 28 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard 29 templates, if available) 30 6. Survey files shall include vertical and horizontal data tied to original project control and 31 benchmarks, and shall include feature descriptions 32 PART 3 - EXECUTION 33 3.1 INSTALLERS 34 A.Tolerances: 35 1. The staked location of any improvement or facility should be as accurate as practical and 36 necessary. The degree of precision required is dependent on many factors all of which must 37 remain judgmental. The tolerances listed hereafter are based on generalities and, under 38 certain circumstances, shall yield to specific requirements. The surveyor shall assess any 39 situation by review of the overall plans and through consultation with responsible parties as 40 to the need for specific tolerances. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 2 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. 3 tolerance. 4 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 5 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways 6 shall be located within the confines of the site boundaries and, occasionally, along a 7 boundary or any other restrictive line. Away from any restrictive line, these facilities 8 should be staked with an accuracy producing no more than 0.05ft. tolerance from their 9 specified locations. 10 d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric 11 lines, shall be located horizontally within their prescribed areas or easements. Within 12 assigned areas, these utilities should be staked with an accuracy producing no more than 13 0.1 ft tolerance from a specified location. 14 e. The accuracy required for the vertical location of utilities varies widely. Many 15 underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be 16 maintained. Underground and overhead utilities on planned profile, but not depending 17 on gravity flow for performance, should not exceed 0.1 ft. tolerance. 18 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 19 specifications or in compliance to standards. The City reserves the right to request a calibration 20 report at any time and recommends regular maintenance schedule be performed by a certified 21 technician every 6 months. 22 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the 23 closures and tolerances expressed in Part 3.1.A. 24 2. Vertical locations shall be established from a pre -established benchmark and checked by 25 closing to a different bench mark on the same datum. 26 3. Construction survey field work shall correspond to the client's plans. Irregularities or 27 conflicts found shall be reported promptly to the City. 28 4. Revisions, corrections and other pertinent data shall be logged for future reference. ►09 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 APPLICATION 33 3.5 REPAIR / RESTORATION 34 A.If the Contractor's work damages or destroys one or more of the control monuments/points set by 35 the City or Developer's Project Representative, the monuments shall be adequately referenced for 36 expedient restoration. 37 1. Notify City or Developer's Project Representative if any control data needs to be restored or 38 replaced due to damage caused during construction operations. 39 a. Contractor shall perform replacements and/or restorations. 40 b. The City or Developer's Project Representative may require at any time a survey 41 "Field Check" of any monument or benchmarks that are set be verified by the City 42 surveyors or Developer's Project Representative before further associated work can 43 move forward. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City or 4 Developer's Project Representative in accordance with this Specification. This includes 5 easements and right of way, if noted on the plans. 6 B.Do not change or relocate stakes or control data without approval from the City. 7 3.8 SYSTEM STARTUP 8 A. Survey Checks 9 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 10 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the 11 contractor of his/her responsibility for accuracy. 12 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised February 14, 2018 SECTION 0174 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Pagel of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 0177 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOTUSED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 0177 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE 4/7/2014 NAME M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Walsh Ranch — Quail Valley — Planning Area 5 — Structural STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project No. 105441 Revised April 7, 2014 Appendix GC-4.02 Subsurface and Physical Conditions R NE E N G E E R I N G AnRMACompsny GEOTECHNICAL ENGINEERING REPORT WALSH RANCH PA5 WALLS AND BRIDGES SOUTH AND WEST OF WALSH RANCH PARKWAY FORT WORTH, TEXAS Prepared For. Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Attn: Ms. Elena Holland -Evans July 2024 PROJECT NO. 24-28748 www.roneengineers.com 9GI NE ER1 GG Ao R1RACompany July 10, 2024 Ms. Elena Holland -Evans Quail Valley Land Company, LLC 400 South Record Street, Suite 1200 Dallas, Texas 75202 Re: Geotechnical Engineering Report Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas Rone Report No. 24-28748 Dear Ms. Holland -Evans: GEOTECHNICAL ENGINEERING EARTHWORKS CONTROL ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIAL TESTING Rone Engineering Services, LLC. (Rone), an RMA Company, is pleased to submit the Geotechnical Engineering Report for the referenced project. The geotechnical engineering services performed for this study were carried out in general accordance with Rone Proposal No. P-37405-24, dated April 25, 2024. This report presents Rone's engineering analyses and recommendations for proposed retaining walls and bridges with respect to known project and site characteristics. Detailed results of our field exploration and laboratory testing are provided in the appendix of the report. We appreciate the continued opportunity to be of service to you on this project and look forward to providing additional Geotechnical Engineering and Construction Materials Testing services as the project progresses. Please contact us if you have any questions or if we can be of further assistance. Respectfully submitted '•ti oALiaN D. MJBBAFtD s CL 1 7�1 t?17 . ' NSE��'•. T Dalton D. Hubbard, P.F���;;AN o 10.2p24 �6Allen Dunn, III, P.E. Geotechnical Engineer Regional Manager Texas Engineering Firm License No. F-1572 DALLAS I FORT WORTH I AUSTIN I SAN ANTONIO I HOUSTON I KANSAS CITY 3201 NE Lo0P820, SUITE 180 1 FORT WORTH, TEXAS 76137 1 TEL: 817.717.1040 PAG E 1 PROJECT INFORMATION......................................................................................................................1 2 PURPOSES AND SCOPE OF STUDY.....................................................................................................1 3 FIELD INVESTIGATION AND LABORATORY TESTING...........................................................................2 4 GENERAL SITE CONDITIONS...............................................................................................................2 4.1 Site Geology.......................................................................................................................................2 4.2 Subsurface Soil Conditions..............................................................................................................3 4.3 Groundwater................................................................................................................................... 17 5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES......................................................................20 5.1 Geotechnical Analysis.................................................................................................................... 20 5.2 Excavation Safety Considerations................................................................................................. 21 5.3 Seismic Site Class.......................................................................................................................... 21 6 BRIDGE FOUNDATION RECOMMENDATIONS....................................................................................22 6.1 Straight -Sided Drilled Shafts......................................................................................................... 22 6.1.1 Lateral Design Considerations for Drilled Shafts................................................................. 22 6.2 Design and Construction Considerations for Drilled Shafts........................................................ 24 7 SITE PREPARATION FOR CONSTRUCTION.........................................................................................25 7.1 General........................................................................................................................................... 25 7.2 Existing Surface Grades................................................................................................................ 25 7.3 Excavations.................................................................................................................................... 25 8 RETAINING WALLS............................................................................................................................26 8.1 Retaining Wall Foundations.......................................................................................................... 26 8.2 Lateral Earth Pressures.................................................................................................................26 8.3 Shear Strength Parameters........................................................................................................... 28 8.4 Wall Drainage................................................................................................................................. 29 8.5 Wall Backfill....................................................................................................................................29 9 CONSTRUCTION OBSERVATIONS......................................................................................................30 10 STUDY CLOSURE.............................................................................................................................30 11 COPYRIGHT 2024 RONE ENGINEERING SERVICES, LLC................................................................31 APPENDIX A Plate VICINITYMAP.................................................................................................................................................................................A.1 GEOLOGYMAP..............................................................................................................................................................................A.2 BORINGLOCATION DIAGRAM.......................................................................................................................................................A.3 LOGSOF BORING.................................................................................................................................................................A.4-A.71 KEY TO CLASSIFICATIONS AND SYMBOLS.................................................................................................................................A.72 UNIFIED SOIL CLASSIFICATION SYSTEM....................................................................................................................................A.73 CONSOLIDATED UNDRAINED TRIAXIAL TEST RESULTS.............................................................................................. A.74a - 74h DIRECT SHEAR TEST RESULTS......................................................................................................................................A.75a - 75c APPENDIX B Page FIELDOPERATIONS.......................................................................................................................................................................B.1 LABORATORYTESTING.................................................................................................................................................................B.2 APPENDIX C Page IMPORTANT INFORMATION ABOUT THIS GEOTECHNICAL ENGINEERING REPORT...................................................................C.1 RONE GEOTECHNICAL ENGINEERING REPORT 1 PROJECT INFORMATION The planned project consists of walls and bridges spanning across portions of phases 5 and 6 of the Walsh Ranch Community and is located in the City of Fort Worth Extraterritorial Jurisdiction (ETJ) in Parker County, Texas. A tabular summary of the proposed project is provided below: Table 1: Project Information Item Description Location The project is located north of Interstate 20 (1-20), and southwest of The Walsh Ranch Community in the City of Fort Worth ETJ, Parker County, Texas. We understand the project consists of developing several retaining walls of varying Project Description heights and lengths across phases 5 and 6, as well as a bridge spanning across the creek just south of the existing Domingo Drive cul-de-sac. Based on the provided preliminary grading plans produced by Huitt Zollars dated March Topography 15, 2024, the site elevations within the proposed retaining wall areas range from approximately 1002 to 890 feet and the overall area generally slopes downward to the north with gradual rolling slopes towards the east. The site is comprised of vacant land covered predominately with native grasses. A few Existing Site dirt trails are located on the property. The property is adjacent to the existing portions Conditions of the Walsh Ranch Community and includes a pond that serves as an amenity feature on the northern edge between phases 5 and 6. Hydrogeologic Each of the walls and bridge exist around their respective low order streams. The overall Setting site is located within the Mary's Creek/ Lower Clear Fork Trinity River watershed and is about 6 miles southeast of Lake Weatherford. Geologic Setting Duck Creek Formation (Kdc), Kiamichi Formation (Kki), and Goodland Limestone (Kgl) Site vicinity and geology maps are attached as Plates A.1 and A.2, respectively in Appendix A of this report. Boring locations are shown on the Boring Location Plan, Plate A.3. 2 PURPOSES AND SCOPE OF STUDY The principal purpose of this study is evaluation of subsurface conditions to provide geotechnical recommendations for the design and construction of earthwork, foundations and retaining walls. The study was conducted in the following phases: • Borings were drilled and sampled to evaluate the subsurface conditions at the boring locations and to obtain soil samples. • Laboratory tests were conducted on selected samples recovered from the borings to evaluate the pertinent engineering characteristics of the foundation soils. RONE • Engineering analyses were performed using field and laboratory data to develop retaining walls and bridge recommendations. • On -site soils were evaluated for potential sources of fill materials required for the project. As the Geotechnical Engineer of Record serving this project, we recommend that Rone provide assistance during the design phase to confirm the intent of the geotechnical recommendations. In addition, Rone should be retained to provide oversight during the construction phase to verify full compaction utilizing the advanced engineering tools as discussed throughout this report. 3 FIELD INVESTIGATION AND LABORATORY TESTING The boring locations were identified in the field by Rone personnel using site benchmarks, landmarks, maps, aerial photographs and a hand-held GPS device. The borings were not accurately located by a registered surveyor. The locations are for general mapping purposes and are accurate only to the extent implied by the technique used in their determination. During this phase of investigation 68 borings were advanced to depths of about 20 to 35 feet in areas designated for future proposed retaining walls and the bridge abutment locations. The approximate locations are shown on Plate A.3, Boring Location Plan. Sample depth, description of soils, and classification (based on the Unified Soil Classification System) are presented in the Logs of Boring, Plates A.4 through A.71. Keys to terms and symbols used on the logs are also included in Appendix A. Laboratory tests were performed on selected samples recovered from the borings to confirm visual classification, determine the pertinent engineering properties of the materials encountered and assess strata and in -situ consolidation states. Test results are presented on the Logs of Boring. Descriptions of the procedures used in the field and laboratory phases of this study are presented in Appendix B. 4 GENERAL SITE CONDITIONS 4.1 Site Geology Based on the subsurface conditions encountered at the boring locations and the Geologic Atlas of Texas, Dallas Sheet (published by the Bureau of Economic Geology), the site appears to be located within Duck Creek Formation (Kdc), Kiamichi Formation (Kki), and Goodland Limestone (Kgl). The RONE USGS Mineral Resources On -Line Spatial Data reference contains the following descriptions of these formations: Duck Creek Formation (Kdc) The Duck Creek formation generally consists of highly active residual clay underlain by limestone. Kiamichi Formation (Kki) The Kiamichi formation generally consists of alternating units of clay and limestone with some sandstone. The clays can be moderately to highly active; however, the limestone is generally shallow with respect to the surface. Goodland Limestone (Kgl) The Goodland Limestone is inter -gradational laterally with the Comanche Peak Limestone and differs from it chiefly in that the Goodland Limestone is more coarsely nodular, contains fewer and thinner clay beds, and massive resistant limestone beds are more numerous. This formation is often undivided within the Walnut Clay Formation, which is comprised of clay and limestone about equally abundant. Geologic mapping was originally performed using aerial photography. Local variations and anomalies can occur when using aerial imagery. 4.2 Subsurface Soil Conditions The results of the field and laboratory testing have been used to develop a general subsurface profile of the project site. • Stratum I: predominately consists of dark brown to tan and gray fat clays (CH) and lean clays (CL), clayey sands (SC) and clayey gravels (GC) with various amounts of clay, sand, gravel, and limestone fragments. Stratum I begins at the surface and extends to the top of Stratum II bedrock or to the maximum boring termination depths. • Stratum II: is predominately comprised of tan and gray limestone. Some of the upper portions of the tan limestone are weathered. Table 2 in section 4.3 Groundwater shows the depths to the top of bedrock. The typical subsurface profile for the Walsh Ranch PA5 and PA6 retaining walls have been segmented into 13 general areas based on the wall layouts, ground conditions, and proximity to other locations and these segments are presented in Figures 1, 1-A1 through 1-A6, 1-131, 1-B2, 1-C1, 1-C2, 1-D, and 1-P6 respectively on the following pages. For display purposes the borings have been equally spaced and only the borings within their respective segments were used. The approximate cross section locations are shown in Plate A.3 in Appendix A. North 910 0 B-1 905 ............................ �;Pi.-................................................................... 900 ............................... .................................................................. 895 ................................................................................................. a) N p890 .................................................................................................. co a _ W = 885 ............................ .................................................................. _ 880 ............................ _.................................................................. 875 ............................ _.................................................................. 870 0 2 40 60 80 100 Distance Along Baseline (Feet) RONE E N G E E R I N G anwnucanuam GENERALIZED SUBSURFACE PROFILE Figure 1 Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas 120 South 140 160 910 905 900 895 890 885 880 875 870 Water Observations While Drilling At Completion 1 Clayey Sand Weathered Limestone Limestone 19 Lean Clay North 915............................................................................................. RWB2-5A.................................................... Y • RWB1-5A ....................................................... 910 ........ two ................................................................................... r• .r• li ,; n; 905 ........ T9'................................................................................... A ....................................................... • of of ni n� 900 ........ T�...................................................................................I27 /. f / �; a)Al p895 ........ (rf•.................................................................................... 7/ ..................................................... co IA W 440 890 ........ 00, ............... V/; ........ 885 ........ % ................................................................................... ...................................................... 880 ..........................................................................................�........................................................ 875 V_ 0 20 40 60 80 100 120 140 Distance Along Baseline (Feet) RONE E N G E ER I N G anwnucanuam GENERALIZED SUBSURFACE PROFILE Figure 1-A1 Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas South Op- ...................... 915 880 875 160 180 200 Water Observations While Drilling At Completion 1 ^� Fill ® Fat Clay ® Lean Clay F9 Limestone t West 915.................................................................................................... RWB4-5A -Pi, 910 ../•............................................................................................. :� 905 �16G........................................................................................... �y 900................................................................................................ a p895................................................................................................... co a _ W = 890 .............................................................................................. 885.................................................................................................... 880 875 0 RWA 20 40 60 80 100 120 140 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE R N E Figure 1-A2 Walsh Ranch Phase PA5 Walls and Bridges E N G E E R I N G South and West of Walsh Ranch Parkway M.m Fort Worth, Texas ---- Fast > 915 RWB6-5A ppPI�� %RWB7-5A ... X .... • .... 905 or i .. .... 900 j ...,... ...... .... 895 .... 890 ........... .... 885 880 875 160 180 200 220 Water Observations While Drilling At Completion 1 ® Fat Clay Clayey Sand E Limestone Weathered ® Lean Clay Limestone t West 945 RWB10-5A 940 .......................... RWB9-5A T- -PI ................................................................................................................................................................. RWB8 5A 935 ..,/�/. .................. �35............................ 7�/��.'r............................................................................................................................... /O / 19' j RWB11-5A -PI, RWB12-5A 930 ............................................................................................. _PV ................................................ TO RWB13-5A -PI- -12- a) li 925 .................................................... ............................................................................................ _ ... . """"""'RWB14-5A 7PI- O = si .................. _............................ _................................... ... ................................. . ............... ................./ ... W920.. Z 915 .._................... ..................................................................._..................................._............... ........................ Z 910 ..................................................................................................._ .................................._............... ................. 905 ..........................................................................................................................................._....................................... 900 0 100 200 300 400 500 600 700 800 Distance Along Baseline (Feet) RONE E N G E ER I N G anwnucanuam GENERALIZED SUBSURFACE PROFILE Figure 1-A3 Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas RW 315-5A ;P.... <13'C 900 Clayey Sand Weathered Limestone Lean Clay ® Fat Clay East M- 920 915 910 905 900 1,000 Water Observations While Drilling 17 At Completion 1 Limestone ® Clayey Gravel East M- 920 915 910 905 900 1,000 Water Observations While Drilling 17 At Completion 1 Limestone ® Clayey Gravel t North 940 935 930 RWB18-5A 925................................. .RWBP7-5A................... � ............................ 1 RWB16-5A O 920 ..... ............................��.. .................... ... ............................ coor 22� L / W / 915 .......................................................................................... /24/ 910....I . . ................................. ........................ 905.................................... _ ..................... _ ............................ 900 RWB19-5A ....BPIF.... .15. 0 50 100 150 200 250 300 350 Distance Along Baseline (Feet) L RONqGE N G E ER anwnucanuam GENERALIZED SUBSURFACE PROFILE Figure 1-A4 Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas South 940 RWB21-5A ........................................ 7PI .......... 935 RWB20-5A T 24i .............................. .. ........ 925 ....... 920 ............................... ......... 915 ................................................. 910 905 900 400 450 500 550 600 Water Observations While Drilling At Completion 1 ® Fat Clay Lean Clay LEWeathered Limestone Limestone ® Clayey Gravel El Clayey Sand North ____-South ► 955................................................................................................................................................................................................................................ 955 RWB25-5A 950 .. _pir......................................................................................................................................................................................................................... 950 T� /i RWB24-5A 945 .. g<..........................................................................................._Plr........................................................................................................................ 945 j T RWB23-5A 940 ...............................................................................7.......................................................................................................... 4 . 940X a. j / t W935 ../..................................................................................................................................................................................................... ....... 935 930 .. Z................................................................................................................................................................................................................ 930 925 ............................................................................................._................................................................................... ......................... ....... 925 920 920 0 20 40 60 80 100 120 140 160 180 200 220 240 Distance Along Baseline (Feet) Water Observations While Drilling -7 At Completion 1 GENERALIZED SUBSURFACE PROFILE ® Fat Clay Lean Clay 19 Limestone Figure 1-A5 R O NqNG Walsh Ranch Phase PA5 Walls and Bridges E�! N E E RSouth and West of Walsh Ranch Parkway p,■���am Fort Worth, Texas North 95FI............................................................................................................. RWB27-5A —Pi, RWB28-5A 950.............................................................................................. 7PI ...... 945..............................................................................................%�5 .... X j / p940..(42/...........................................................................................�..... co a) / W X 935....................................................................................................... 930 .._............................................................................................ ...... 925 0 20 40 **'0) R NE E N G E E R I N G nnwnucw��e+m 60 80 100 120 140 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE Figure 1-A6 Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas — — — — - South 955 950 ....................................................... RW �9-5A ......... 945 .......................................................... ............. 940 ........................................................... ............. 935 ........................................................... _ ............. 930 = 925 160 180 200 220 240 Water Observations While Drilling At Completion 1 ® Fat Clay E] Limestone ® Lean Clay t West--- 940 ..................................................................— --.—.-.................... . PV"61-56 -Plr 935 ..It. 930 ..//�............................................................................................ RW B2-5B Pb RV` B3-5B 925................................ ............................... 7PI- j ........................ / 30' ............................... 340 O = 0ord co — 915.................................................................... ........................ W = 910................................. ...............................Z........................ 905.................................................................................................... 900........................................................ 895 0 100 200 300 RONE E N G E E R I N G anwnucanuam 400 500 600 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE Figure 1-B1 Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas East • 940 935 930 925 ........................ RW B4-56................................... 920 PI, RWB5-5B Or ........................... /032! ................ 0j .............. 915 j /14/ ........................... j ................. j ............... 910 ........................... .................... ............... 905 895 700 800 900 1,000 Water Observations While Drilling At Completion 1 ® Fat Clay Lean Clay ®Weathered Limestone F9 Limestone West 9301 .............................................................. PUM6-5B Tr 925 ........................................... RW 67-5 B' T 920 • - 915 .................................................. ..... i N LL p910...................................................... .... co = a) W = 905.................................................... _ .... 900.................................................................................................... 895.................................................................................................... RWB88 5B ,25/ ............ 890 0 50 100 150 200 250 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE R N E Figure 1-62 Walsh Ranch Phase PA5 Walls and Bridges E N G E E R I N G South and West of Walsh Ranch Parkway Mff Ac Geni' Fort Worth, Texas ................................................................. 915 RWB9-5B Pi j...... 905 .............................................................. 900 ..................................................... ...... 895 T 890 300 350 d00 Water Observations While Drilling At Completion 1 ® Fat Clay ® Lean Clay LEFatLimestone ELimestone M Clayey Sand North 985 RWB6-5C 980.............................-Pi,..... RWB5-5C PI 975 .. ..................... Y25�.... 970 .. ...................... / .. % 965 ..X rp/ LL p955............................. co W950...................................... RWB9-5C PI— RWB4-5C..................�......................................................... RWB8-5C .....................260..................... .............................. '..........................................�..................RW 5C OF ...,� .................... ...................... ... /. ..................... . '44',... �/ �..................... ..................... �.... 945....................................................... 940.................................................................................................... 935.................................................................................................... 930.................................................................................................... 925 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE R N E Figure 1-C1 Walsh Ranch Phase PA5 Walls and Bridges E N G E E R I N G South and West of Walsh Ranch Parkway Mff Ac Geni' Fort Worth, Texas South Op- ........... 985 ........... 980 ........... 975 ........... 970 RWB3-5C .. . P1 ......................................................... 960 RWB2-5C i..................... -Pl, * ............................ 955 24 ...................... / ................. RWB1-51;a50 /171 .................... .........................j/. 945 �6/ .... ......................... ..................... .940 .... ...................... . ...................... 935 ..........................................................�. 930 925 Water Observations While Drilling Q At Completion 1 ® Fat Clay ® Lean Clay ® Weathered Limestone FdLimestone North 1,005....................................................... 1,000.............................................................................. 995.............................................................................. RWB�1�0-5C 4- -_ N990 ...1f....................................................................... c 0 co W985............................................................................ 980 ........................................................................ 975 ........................................................................ 970 0 20 40 60 RONGE N G E anwnucanuam South ► .............................................................................................................................. 1,005 RWB12-5C 7ri RWBPi1-5C ....................1,000 .............................................................................. X99 ..............................................................................._..................... 995 ............................................................................................... .................... 990 .............................................................................................. .................... 985 _.......................................................................................................... 980 .................................................................................................................................................. 975 970 80 100 120 140 160 180 200 Distance Along Baseline (Feet) Water Observations While Drilling At Completion 1 GENERALIZED SUBSURFACE PROFILE Clayey Sand Weathered Limestone 19 Limestone Figure 1-C2 Walsh Ranch Phase PA5 Walls and Bridges ® Clayey Gravel 17 Lean Clay South and West of Walsh Ranch Parkway Fort Worth, Texas North 8981 .............................................................................. RWB1-5D 896........................................................................ 894 ........................................................................ 9" 892............................................................................ 890 ........................................................................ O N c = O > 886 ........................................................................ O = W 884 ........................................................................ 882.._....................................................................... 880.......................................................................... 878 ........................................................................ 876 0 50 100 RONE E N G E E R I N G anwnucanuam RWB2-5D !18 ... 1 -i 150 200 Distance Along Baseline (Feet) GENERALIZED SUBSURFACE PROFILE Figure 1-D Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas South 898 RWB3-5D .............................................. PiT.................. 896 23 ............................................. ................. 894 ................................................................... 892 .................................................................. 890 ............................................. ................. 888 .............................................Z................. 886 ............................................. ................. 882 ............................................................... 880 876 250 300 350 Water Observations While Drilling At Completion 1 Lean Clay Weathered Limestone Limestone 19 Clayey Sand ® Clayey Gravel North South ► ----- ----- -- — —- _P 915......................................................................................................................................................................................................................... .. . 915 RWB-10 ---- — — — — - — — — — - — Plr RWB-14 /17/ RWB-9 281 910............. ----_.............................................................................................................................. RWB-15........ 34 .......... ......... -7............/ .910 RWB-8 RWB-16 Pt 7% RWB-7 27, ^A d21/,......... 4.. _.......... . ----- 905 RWB-17 Tr = _ 900.............................................................................................. .......... .......... ......... ......... ..........�......... _.......... T. 900 a�i RWB-6 % RWB-4 l- ........._................................ p 895 ..............................RWB-18........ j.........................�./............................................................_ = 895 M IRV / N RWB-19 7/ j RWB-5 ,7' _ w RWB-2 %ri / vt/ %P~ / _ ............................... 890 • • 5 /20% .......... ......... ......... ........................ _ 890 ......... ......... .......... 885 .. . .................................................... �.............................................................................. 885 /-17 = 880 ..... ......... .......................................................................................................................................................................................... 880 875 ............... , .... , ................................................................................................................................................................................................. 875 870 870 Distance Along Baseline (Feet) Water Observations While Drilling 17 At Completion 1 GENERALIZED SUBSURFACE PROFILE ®Clayey Gravel Weathered*'00) ®Lean Clay Limestone R N E Figure 1-P6 Walsh Ranch Phase PA5 Walls and Bridges � Limestone ®Fat Clay E N G E E R I N G South and West of Walsh Ranch Parkway M.m Fort Worth, Texas RONE The Logs of Boring should be reviewed for specific information at individual boring locations. Stratification boundaries shown on the logs represent the approximate locations of changes in types of in -situ materials. The transition between material types may vary between borings, and be gradual and indistinct. Variations will occur and should be expected across the site. 4.3 Groundwater The borings were advanced using continuous flight augers to monitor for the presence of water seepage during and immediately after drilling. Groundwater seepage was encountered within about 30 percent of the borings at depths ranging from about 2 to 23 feet below current grades. Free water was not observed within the remaining borings during drilling or upon completion. Table 2 below shows the depth to bedrock and depth at which groundwater was measured during drilling and upon the completion of drilling. These observations were made during the field exploration, as indicated on the Boring Logs. A geo- hydrologic assessment of the vadose zone or upper groundwater was not conducted. As such, this study did not include monitoring of upper groundwater levels beneath the site. A complete hydrogeologic study can be conducted upon request to assess the sources and variation of in -situ moisture content in the vadose zone and potential groundwater beneath the site and how different site development alternatives can manage or alter those dynamics. In general, groundwater levels and moisture content in the vadose zone vary climatically and seasonally depending on topography, land use, surface hydrology, subsurface hydrogeology and proximity to bodies of water. The rate and extent of these variations depend on many variables including subsurface stratigraphy, soil properties, consolidation states, soil structure, moisture sources, capillary strength, thermal cover and surface infiltration and evapotranspiration rates. Table 2: Bedrock and Groundwater Summary Boring ID Associated Depth to Bedrock I Depth Groundwater Depth Groundwater Was Measured Figure from Existing Grades Was Encountered Upon Completion of Drilling 131 4 Not Observed Not Observed 1 B2 10 Not Observed Not Observed RWB1-5A 27 23 35 RW132-5A 1-A1 26 23 34 RWB3-5A 23 Not Observed Not Observed Walsh Ranch Phase PAS Walls and Bridges RONE Boring ID Associated Figure I Depth to Bedrock from Existing Grades Depth Groundwater Was Encountered I Depth Groundwater Was Measured Upon Completion of Drilling RWB4-5A 1-A2 16 11 16 14 4.5 8.5 8 2 2 At Ground Surface 4 5.5 12 6 4 1 I 4 I 5 13 14.5 18 18.5 13 10 7 8 11 10 9 10 I 11 10.5 Not Observed 8 Not Observed 13 Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed 5 5 Not Observed Not Observed 8 5 Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed 10 10 Not Observed Not Observed 13 6 Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed Not Observed RWB5-5A RWB6-5A RWB7-5A RWB8-5A 1-A3 RWB9-5A RWB10-5A RWB11-5A RWB12-5A RWB13-5A RWB14-5A RWB15-5A RWB16-5A 1-A4 RWB17-5A RWB18-5A RWB19-5A RWB20-5A RWB21-5A RWB23-5A 1-A5 RWB24-5A RWB25-5A RWB27-5A 1-A6 RWB28-5A RW B29-5A RWB1-5B 1-B1 RWB2-5B RWB3-5B RWB4-5B RWB5-5B RWB6-5B 1-B2 RWB7-5B RWB8-5B RWB9-5B I 1 11 Not Observed Not Observed RONE Associated Depth to Bedrock Depth Groundwater Depth Groundwater Was Measured Boring ID Figure from Existing Grades Was Encountered Upon Completion of Drilling RWB1-5C 9 Not Observed Not Observed RWB2-5C 13 7 11 RWB3-5C 15 Not Observed Not Observed RWB4-5C 19 Not Observed Not Observed RWB5-5C 1-C1 19 Not Observed Not Observed RWB6-5C 11 Not Observed Not Observed RWB7-5C 14 8 17 RWB8-5C 17 Not Observed Not Observed RWB9-5C 15 4 3 RWB10-5C 2 Not Observed Not Observed RWB11-5C 1-C2 7 Not Observed Not Observed RWB12-5C 2 Not Observed Not Observed RWB1-5D 4 4 Not Observed RWB2-5D 1-D 2 Not Observed Not Observed RWB3-5D 2 Not Observed Not Observed RWB-2 2 4 Not Observed RWB-4 6 6 Not Observed RWB-5 8 8 Not Observed RWB-6 11 11 Not Observed RWB-7 2 2 Not Observed RWB-8 2 2 Not Observed RWB-9 3 2 Not Observed RWB-10 1-P6 2 2 Not Observed RWB-13 8 Not Observed Not Observed RWB-14 At Ground Surface Not Observed Not Observed RWB-15 6 Not Observed Not Observed RWB-16 2 Not Observed Not Observed RWB-17 8 Not Observed Not Observed RWB-18 4 Not Observed Not Observed RWB-19 4 Not Observed Not Observed RONE 5 ANALYSIS OF SITE AND FOUNDATION ALTERNATIVES 5.1 Geotechnical Analysis We understand there is a bridge proposed just south of the existing Domingo Drive cul-de-sac. Based on the conditions encountered in our borings and anticipated loading conditions, the proposed bridge may be supported by drilled shafts bearing at least 5 feet within the gray limestone encountered at depths of about 10 to 14 feet below current grades within Borings B-1 and B-2. The field investigation and analysis of laboratory data reveals that the subject property displays a wide variety of soil and rock conditions, along with the rolling terrain. The three soil formations identified across the site results in highly variable depths to limestone bedrock. Free water appears relatively sporadically across the site, typically perched atop limestone strata. Previous investigations did not encounter water as frequently; however, the more abundant observation of water during this investigation may be attributed to a combination of the proximity to streams across the site as well as recent rains as anticipated in previous reports. The limestone rock is very hard in many areas and should be anticipated during grading operations. The rate and extent of volume change is controlled bythe rate and extent of shrink -swell cycles caused by wetting and drying. Volume change potential is affected by moisture change potential, clay minerology, material density, soil structure, hydrogeologic environment and confinement pressure relative to swelling pressures. Moisture increase potential and soil structure can be modified and controlled; and clay content, hydrogeologic environment and confinement pressure can be managed such that volume change is controlled or managed as necessary for each foundation alternative. These are key factors in the ground modification elements of foundation alternatives when screening for the optimal foundation design. The primary provisions in managing the hydrogeologic environment are long-term preservation and stabilization of subgrade moistures and management of desiccation risk. A limited hydrogeologic assessment of the vadose zone indicates moisture sources are primarily from surface water infiltration with periodic perched water atop the underlying limestone layers and storage in clay layers below the near surface soils. A complete hydrogeologic study was not conducted. Capillary rise can be an integral part of maintaining and stabilizing moisture levels in foundation subgrades. RONE In -situ moisture states indicate moderate capillary rise throughout the vadose zone. The sources of potential upper groundwater and phreatic surfaces were not thoroughly assessed or monitored, so the potential for capillary rise to diminish at times was not evaluated. 5.2 Excavation Safety Considerations All excavations should be sloped, shored, or shielded in accordance with Occupational Safety and Health (OSHA) requirements. In accordance with Texas State Law, the design and maintenance of excavation safety systems is the sole responsibility of the construction contractor. OSHA Standards 29 CFR - 1926 Subpart P, including Appendices A and B, should be referenced for guidance in the design of such systems. 5.3 Seismic Site Class The International Building Code (IBC) 2021 requires site classification for seismic design based on the upper 100 feet of a soil profile. The methods are utilized in classifying sites, namely the shear wave velocity (vs) method; the unconfined compressive strength (su) method; and the Standard Penetration Resistance (N-value) method. The Standard Penetration Resistance (N-value) method was used in classifying this site. The seismic site class definitions for the weighted average of shear wave velocity or SPT N-value in the upper 100 feet of the soil profile are shown in the following table: Table 3: Seismic Site Classification Site Class Soil Profile Name A Hard Rock B Rock C Very dense soil and soft rock D Stiff Soil Profile E Soft Soil Profile Shear Wave Velocity, Vs, (ft./s) N value (bpf) Vs > 5,000 fps N/A 2,500 < Vs!— 5,000 fps N/A 1,200 < Vs <_ 2,500 fps >50 600 <_ Vs <_ 1,200 fps 15 to 60 Vs < 600 fps <15 Based on the current International Building Code (IBC) site class Definitions, in our opinion the site soil and rock can be characterized as Site Class B. The approximate Ss and S1 values, as shown below, are calculated through the United States Geological Survey's (USGS) Seismic Hazard Curves and Uniform Hazard Response Spectra program according to the 2015 IBC. Ss = 0.085g S1= 0.047 g The Site Class definition should not be confused with the Seismic Design Category designation, which the Structural Engineer typically assesses. If a higher site classification is beneficial to the project, Rone would be pleased to discuss additional testing capabilities in this regard. RONE 6 BRIDGE FOUNDATION RECOMMENDATIONS 6.1 Straight -Sided Drilled Shafts As previously discussed, we recommend a straight -sided drilled shaft foundation system by used to support the proposed bridge. Straight -sided drilled shafts are typically installed into the stronger materials at greater depths to provide sufficient compression, uplift and lateral resistance. We recommend the drilled shafts be extended at least 5 feet into unweathered gray limestone. Drilled shafts may be designed based on the recommendations below. Table 4: Drilled Shaft Recommendations Stratum Estimated Depth Range (ft) Allowable Skin Friction (psf) I Allowable End Bearing(psf) Native Soils 2 - 10 500 - Weathered Tan 10 - 14 1,900 25,000 Limestone Unweathered 14+ 2,200 35,000 Gray Limestone Foundation settlements for drilled shafts constructed as described above are estimated to be on the order of 1/2-inch or less. The uplift forces on the drilled shafts due to swelling of the active clay soils can be approximated using a uniform uplift pressure of 1,500 psf acting over the perimeter of the shaft to a depth of 10 feet (or less if shallow limestone is encountered) below the final the top of the shaft elevation. The uplift pressure may be reduced to 600 psf for portions of the shafts within grade raise fill at the abutments. The shafts should contain sufficient full length reinforcing steel to resist uplift forces. The uplift forces can be resisted by the dead load on the shafts plus the allowable skin friction resistance in the portion of the shaft below the minimum penetration depth, or below the bottom of the casing (if needed), whichever is deeper. For constructability, we recommend a minimum shaft diameter of 12 inches. Adjacent shafts should have a minimum center -to -center spacing of 3 shaft diameters (based on the larger shaft). Reduced shaft spacing could result in reduced shaft capacity for both uplift forces and gravity forces. Rone should be contacted to review reduced shaft spacing on a case -by -case basis. 6.1.1 Lateral Design Considerations for Drilled Shafts Lateral load analysis should be performed for deep foundations subjected to horizontal loads. Deep foundations will provide lateral resistance from the passive soil resistance developed on the side of RONE the foundation element. Lateral load analysis can be performed using computer programs such as L- PILE. The top 5 feet of soils should be neglected for lateral support. The soil profiles shown in Table 5 can be used for the L-Pile analysis. All soil layers can be modelled as "stiff clay w/o free water" in L- Pile analysis. Additional parameters such as E50 (axial strain at one-half peak strength) and k (modulus of lateral subgrade reaction) are not provided as the default values can be internally generated by L- Pile in version 2015 or later. Table 5: L-PILE Input Parameters for P-Y Curves in Soil Soil Description p-y Curve Model Cohesion, cu Unit Weight (Dsfl I (qcf) Compacted Subgrade / Grade Raise Fill Stiff clay w/o free water 1,500 120 Native Soil Stiff clay w/ free water 2,000 125 The weathered and unweathered limestone may be modeled in L-PILE using the following parameters: Table 6: L-PILE Input Parameters for P-Y Curves in Soil p-y Compressive Initial Rock Soil Description Curve Strength RQD krm Unit Weight Modulus Model (psi) (pcfl (psi) Weathered/Unweathered Weak 100 15 0.0005 135 1,800 Limestone Rock For lateral loads, we recommend using the reduction factors (p-multipliers) presented in "Drilled Shafts: Construction Procedures and Design Methods" published by Federal Highway Administration (FHWA). The reduction factors depend on their relative position within the group. Only two positions (front and back row) are identified, as research shows that all shafts or piles in row 2 (i.e., back row) and greater of in -line groups behaved similarly. Table 7: Lateral Load Group Reduction Factors Reduction Factors Foundation Spacing (Diameter) Back Row (s) 3D 0.90 0.50 4 D 0.95 0.65 5 D 1.00 0.80 RONE 6.2 Design and Construction Considerations for Drilled Shafts The geotechnical engineer or senior project manager should be onsite at the beginning of drilled shaft operations to initiate observation and testing procedures and confirm the intent of the geotechnical recommendations contained in this report. The construction of all drilled shafts should be observed by experienced geotechnical personnel to document conformance with project documents and confirm the following: • shafts are plumb and within the acceptable tolerance • groundwater seepage, when encountered, is correctly handled • sides of shaft are not sloughing or caving • minimum penetration into the competent bearing strata or below the bottom of the casing • bearing surface is clean • proper concrete mix design and slump • proper removal of casing Groundwater was encountered in some of the borings at the time of our previous and recent field explorations. The risk of encountering groundwater is increased during or after periods of precipitation. Temporary casing may be required during shaft excavation, but the need for casings should be determined during construction based on the conditions encountered during the shaft excavations. Reinforcing steel cages and concrete should be placed in the shafts immediately after the excavation has been completed, dewatered, cleaned and observed. Complete installation of individual shafts should be accomplished within 8 hours of the excavation. Prolonged air exposure or inundation of the bearing surface could deteriorate the bearing material. If casing is used, a full head of concrete should be maintained within the casing during removal. In no case should water be allowed to infiltrate the concrete of the shaft. Vibratory removal is recommended. Complete installation of a shaft should be accomplished at least 48 hours prior to beginning another excavation located within than four shaft diameters, center -to -center. If groundwater is encountered during shaft excavation, water will likely be displaced during concrete placement. A sump may be excavated immediately adjacent to each excavation to collect displaced water. Concrete should have a slump of 7 to 9 inches and the concrete mix design should allow for sufficient working time. The concrete should not be allowed to strike the casing sidewall or steel reinforcement during placement. Submersible pumps may be required to control seepage; the concrete must be placed using a tremie if groundwater cannot be kept at a depth of 1 inch or less during placement. Mushrooming of the drilled shafts should not be allowed since this condition will result in a significant RONE increase in uplift forces acting on the shaft. Rone should be contacted for further evaluation and recommendations if excessive groundwater seepage or caving occurs. 7 SITE PREPARATION FOR CONSTRUCTION 7.1 General Remove existing foundations, abandoned structures, deleterious materials, site debris, abandoned utilities, and all other manmade features and relocate utilities as required and in accordance with the plans and specifications. 7.2 Existing Surface Grades Clear and grub all tree stumps and root systems as required by the work except where trees or shrubs must be maintained according to the design drawings. Except as otherwise specified or indicated in the drawings or specifications, all materials resulting from clearing and grubbing operations shall be properly disposed. Clear all vegetation and strip the surficial topsoil as required to remove all roots and organic matter from all work areas of the site. Remove any undocumented fill from structural areas. In no case shall any spoil or other unsuitable material resulting from clearing, grubbing and stripping operations be utilized within any fill materials used onsite. 7.3 Excavations All excavations shall be made to the lines and grades provided in the design documents. The contractor must use his or her own experience when making decisions regarding means, methods and costs to accomplish the proposed construction, specifically including excavation tools, excavation rates and number of trucks. Dewatering or other groundwater control measures are not anticipated during site grading. However, perched water could be encountered. Standard sump pits and pumping procedures should be adequate to control seepage on a local basis during excavation. RONE 8 RETAINING WALLS Based on the provided preliminary grading plan, maximum anticipated height of walls are estimated around 23 feet. The design for internal and external stability of the walls is typically performed by the wall designer or contractor. Global stability analysis is recommended for walls that are greater than approximately 6 feet in height. We understand Falkofske Engineering is the wall designer retained for this project and they plan to perform global stability analyses for the walls. The following recommendations can be used for the design of the proposed wall systems at the project stie. 8.1 Retaining Wall Foundations We understand the gravity walls planned for the site are currently designed with footings that extend one-half to as much as the full height of the wall below grade. One of the purposes of this study was to provide Logs of Boring detailing the below grade conditions in the vicinity of each planned wall in order to evaluate the opportunity to terminate footings at lesser depths based on the depth to competent limestone, or in existing soil subgrade with adequate strength for support of the walls. Existing controlled fill was known to be present in the vicinity of Borings RWB1-5A through RWB3-5A. In these locations, the existing fill was documented to depths of about 18 feet in each boring (elevations 892, 896 and 894, respectively). Strength analysis for the soils within these three borings yielded the following results: Table 8: Section 1A Existing Fill And Native Clay Test Results Material CU Effective Cohesion (psf) CU Effective Friction Angle, cp (degrees) Fill Gravelly Lean Clay 0 39 Native Fat Clay (CH) 375 24 In the remaining locations, the soil profiles earlier in this report define the depth of the various soil strata and limestone for use by the design engineer in assessing termination depths for footings. Bearing capacities for the various soil and rock areas are listed in Table 9 shown in the following section of this report. 8.2 Lateral Earth Pressures Lateral earth pressures will be influenced by structural design, conditions of the wall restraint, methods of construction and/or compaction, the type of materials being retained, and drainage conditions. Walls that will be restrained from movement and rotation (rigid wall) should be designed using at -rest earth -pressures. The equivalent fluid pressures (triangular distribution) provided below may be used RONE for horizontal backfill in a drained condition. To design for a drained condition, the wall must include an adequate drainage system. The provided equivalent fluid pressures do not include a Factor of Safety and do not provide for dynamic pressures on the wall. Figure 4: Lateral Earth Pressure Diagram 5 Surcharge For active pressure movement �(0.002 H to 0.004 H) For at-, v&( ,,, do„ore No Movement Assumed Horizontal Finished Grade 1� Horizontal Finished Grade I�p2p, Retaining Wall Material Free Draining Granular Soil On -Site Clay Soil Table 9: Lateral Earth Pressures Condition At -Rest, k = 0.45 Active, k = 0.30 At -Rest, k = 0.79 Active, k = 0.67 Conditions applicable to the table above include: Equivalent Fluid Pressure, pcf Drained 55 38 100 :M Undrained 90 81 112 104 • Uniform surcharge • A maximum in -situ total unit weight of 120 pcf • Horizontal backfill compacted per Section 8.5 • No surcharge loads (construction equipment, pavement, footings, floor slabs, etc.) • Effective drainage (no hydrostatic pressures) • Slow drainage associated with low hydraulic conductivity of backfill not factored • Properly compacted horizontal backfill; • Surcharge loads (construction equipment, pavement, footings, floor slabs, etc.) are not included in the equivalent fluid pressures. The values provided in the table above are for a full "wedge" of material behind the wall, where the backfill extends horizontally 1 to 2 feet away from the bottom of the wall and then slopes upward and away from the wall at a slope of 1HIAV (horizontal to vertical), or flatter, and has a horizontal finished grade. The location and magnitude of permanent surcharge loads (if present) should be determined, and additional pressures generated by these loads should be considered during design. Surcharge RONE loads can be factored using the appropriate earth -pressure coefficient values provided in the table above. 8.3 Shear Strength Parameters Several retaining walls are planned across the sites, which are anticipated to include wing walls near the proposed bridge approaches. Estimated material shear strength properties to be used for stability analyses are summarized in the following table. The tabulated properties are based on laboratory test results and empirical correlations with soil index properties and previous experience with similar materials in north Texas. For long-term conditions, the effective friction angle of the fat clay refers to a "fully softened" shear strength state. We anticipate the retaining wall backfill will consist of compacted onsite clays. Table 10: Shear Strength Parameters by Area Area Effective Effective Effective Net Allowable (by Material Unit Cohesion, Friction Angle, Bearing Figure) Weight c (psf) cp (degrees) Pressure (psf) Engineered Fill (CH) 125 150 20 2,500 All Clayey Sand (SC) and Clayey Gravel (GC) 125 0 27 2,000 Tan or Gray Limestone 135 - - 10,000 Native Fat Clay (CH) 120 400 20 2,000 1 Native Lean Clay (CL) 125 200 24 2,000 Existing Fill: Clay (CL) and Sand (SC) 130 0 27 1,500 Al Native Fat Clay (CH) and Lean Clay (CL) 120 350 23 2,000 A2 Native Fat Clay (CH) and Lean Clay (CL) 125 400 25 2,000 Native Lean Clay (CL) 125 200 24 2,000 A3 Native Gravelly Lean Clay (CL) 125 200 27 2,500 Native Fat Clay (CH) 120 400 20 2,000 A4 Native Lean Clay (CL) 125 200 24 2,000 Native Gravelly Lean Clay (CL) 125 200 27 2,500 Native Fat Clay (CH) 120 425 18 2,000 A5 Native Lean Clay (CL) 125 200 24 2,000 A6 Native Fat Clay (CH) and Lean Clay (CL) 125 0 24 2,000 131 Native Fat Clay (CH) and Lean Clay (CL) 120 500 33 2,000 Native Fat Clay (CH) 120 400 20 2,000 B2 Native Lean Clay (CL) 125 500 24 2,000 C1 Native Fat Clay (CH) and Lean Clay (CL) 120 500 21 2,000 C2 Native Gravelly Lean Clay (CL) 125 200 27 2,500 D Native Clay (CL) 125 200 25 2,500 RONE Area Effective Effective Effective Net Allowable (by Material Unit Cohesion, Friction Angle, Bearing Figure) Weight c (psf) cp (degrees) Pressure (psf) Native Fat Clay (CH) 120 400 20 2,000 PA6 Native Lean Clay (CL) 125 200 24 2,000 Native Gravelly Lean Clay (CL) 125 200 27 2,500 1. Parameters are estimated for zones defined by the figures outlined in Section 4. 2. At the time of writing this report not all lab testing had been completed. Parameters for Areas A5 and PA6 may be revised in a later addendum. 8.4 Wall Drainage Retaining walls should be expected to collect water due to condensation, surface water infiltration, and other means. Drainage should be provided behind all retaining walls to reduce the development of hydrostatic pressure and limit saturation of the backfill and foundation soils. Collector pipes should be placed at or slightly below the bottom level of the wall to prevent the collection of water in the drainage material beneath the collector pipes. Pipes should connect to a sump or gravity drainage system to prevent the accumulation of water behind the walls. Gravity lines should include a backflow preventer to block water from being transmitted into the drainage layer in the event of flooding near the gravity outfall. The drainage material should consist of free -draining, clean, granular fill. This material should be compatible with ASTM C33, sizes 4 through 9. The drainage layer should extend at least 12 inches from the back face of the wall. A geosynthetic wrap should enclose the granular backfill to reduce the infiltration of fines. The top 2 feet of backfill should consist of clay materials with a plasticity index of 25 or more, compacted as recommended in the charts based on the zoning location, and extending at least 5 feet beyond the wall excavation to reduce surface water infiltration into the underlying fill. 8.5 Wall Backfill Free -draining backfill soils should be placed in maximum lifts of 1 foot and lightly consolidated by use of a small hand -operated compactors or other appropriate methods to adequately compact the backfill. Heavy compactors and grading equipment should not be allowed to operate within 15 feet of the crest of the walls to avoid developing excessive additional temporary or long-term lateral soil pressures. If onsite clayey soils are used, these materials should be placed in maximum 6-inch lifts and compacted as recommended in the charts based on the zoning location. RONE 9 CONSTRUCTION OBSERVATIONS In any geotechnical study, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings; however, anomalies in the subsurface conditions are quite often revealed during construction. The potential for the presence of varied geologic formations, which could result in changes in our design recommendations, increases the risk of damaging soil movements at this site. It is recommended that Rone be retained to observe foundation construction and slope face stabilization construction. This enables the geotechnical engineer to gather additional subsurface information and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. 10 STUDY CLOSURE The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field exploration and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site with little variance beyond that found by the borings. If different subsurface conditions from those encountered in our borings are observed or appear to be present in excavations, Rone must be advised promptly so that these conditions can be evaluated and our recommendations can be reassessed as may be necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacentto the site, or if structure locations, structural loads orfinish grades are changed, Rone should be promptly informed and retained if necessary if the changed conditions warrant review and reassessment. It is important that Rone be retained to assist in design reviews or review those portions of the plans and specifications that pertain to earthwork and foundation systems for this particular project to ensure the plans and specifications are consistent with the controls and recommendations provided in this report. It is also advised that Rone provide oversight and monitoring services during construction to ensure that the controls required for design requirements during earthworks construction are provided correctly and implemented effectively. RONE This report has been prepared for the exclusive use of the client and their designated agents for specific application to design and construction of this project. We have exercised a degree of care and skill exceeding that ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. The engineering services and solutions provided herein are considered advanced, and while design and construction controls are improved, no warranty, expressed or implied, can be made or intended. 11 COPYRIGHT 2024 RONE ENGINEERING SERVICES, LLC. This report provides advanced engineering services, and is in its entiretythe sole property of the Client, Rone Engineering Services, LLC., and its affiliates. Use of this report is subject to all applicable copyrights. This report may be used in practice or referenced by any project party as necessary, solely for the party's role on the project for which this report is prepared. Beyond that use, no part of this report may be copied, downloaded, transmitted, or otherwise reproduced or stored, in any form or means, except as permitted in writing by Rone Engineering Services, LLC. Each reproduction of any part of this report must include all copyright notices, registered trademark (0) designations, and non- registered trademark (TM) designations. APPENDIX A ��M�i325- Cc V, it / o 1 � d ° Beggs Ranch-, Aledo Airport- o — (Historic) % a ° I o r, FM 3325 415 i° "l o SF' 1 �JuJfl 'Jenkins {:�P `-=�-_ • �� O2 ' �I\\Rarich-Road r ©©M1g i ._. I UP ga�aoa.l UP Baird SubdN�son � � i f Aled olaa„ne ha Roatl J ty�: � I f I�;. i III • ` i ,�< �:.- � ° I ® u[. aFM11EJ I t �v,q � r � , � : Cal! � •J�4`I} - 5� __..._.. ° �s I( ��'�� ur;aa\cds° S•'ou[h F.M.S —East FM 1.187'� 1 _ Plate A.1 R N E VICINITY MAP E N G E E R I N G Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway AnRMACompany Fort Worth, Texas a Hghw Ito -_ it i I \� �la I I �I e' " _ . 'Mona. For' Wort_h J I PROJECT NO: 24-28748 DRAWN BY: DH DATE: 5/28/2024 APPROVED BY: DH DATE: 5/28/2024 Plate A.2 PROJECT NO: 24-28748 R N E GEOLOGY MAP DRAWN BY: DH DATE: 5/28/2024 E N G E E R I N G Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway AnRMACompany Fort Worth, Texas APPROVED BY: DH DATE: 5/28/2024 ENGEE RI NG AnRMACompeny j �1a. ky���•- \ B-1 J, � --- -,,.- RWB1-5AS, ' - •rw. RWB2-5A ' e.. �t p"�-•._..._.. f i ,ti l � [ i `-•� � �� ems'"" ' � ��4� � _ �,�, _ - , � - W _ �•� j A I� � % _ � SEE SHEES ro�� -- ---� - '1/� i. e'�.►l. vim• .w. � �i 4 PlateA.3-1 PROJECT NO: 24-28748 BORING LOCATION PLAN Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth. Texas DRAWN BY: DH APPROVED BY: DH DATE:5/28/2024 DATE:5/28/2024 AMU 1 RWB6-5A 2 r• RWB4 URE 1 B 5-5A - �10 RWB7-5A t � � RW139-513 ; RWB6-5B -= ----- - RWB7-5B 8-5B • RWB ' , - RWB15-5A 2' RWB8-5A = RWB13-5A RWB115A RWB14-5A RWB16-5A �. RW B12-5A RWB17-5A RWB9-5A --— . \ B RWB10-5A E 1'P3 'I -,r RW 18-5A ell '- • _ x Y d Uj 4 ice, RWB19-5A 1- 0 i - f RWB20-5A - — - RWB21-5A R NE E N G E E R I N G An RMACompe Plate A.3-2 BORING LOCATION PLAN Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas PROJECT NO: 24-28748 DRAWN BY: DH APPROVED BY: DH DATE:5/28/2024 DATE:5/28/2024 O 14 b, �o RWB29-5A LO�m n1• �p�� m�--/71 I� ' a mIw WB245A w j ��,.> • _ ,: gym: � ./ /y / . RWB28-5A Ia I CLLU LU w i Cl) 0 a.a W " LU RWB25-5A -- — N RWB27-5A + Plate A.3-3 PROJECT NO: 24-28748 BORING LOCATION PLAN lR N E DRAWN BY: DH DATE: 5/28/2024 E N G E E R I N G Walsh Ranch Phase PA5 Walls and Bridges AnRMACwnpery South and West of Walsh Ranch Parkway APPROVED BY: DH DATE: 5/28/2024 Fort Worth, Texas WO-RWB2-5B \= B RWB1-5B ' �RQN R I N G E E N G E E AnRMACompeny is Plate A.3-4 BORING LOCATION PLAN Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas = �= RWB456 aaRWB5 5B= - � _ RW8558 T• a 1 •.a PROJECT NO: 24-28748 DRAWN BY: DH APPROVED BY: DH DATE:5/28/2024 DATE:5/28/2024 CRONE E N G E E R I N G A-Cwnpeny RW81-5C 1 / RWB 1.5C i ' RWB2-5C xv \ RWB2-5C \ ,\ \ / \ � j•.. raw / RW B3-5C RWB3-5C f � -RWB7-5C ti., I aearwcww. � Y, vl\��\ T //` I `'•<� i I RWB8-5C T T I II RWRR-;r. RWB10-5C a RWB,O-SC +. f 'RWBM5C .} WB .0 To ,RJR y T /e,5-5C RWB c �✓ i* �' irro.�, �� \� RWB' RW86-SC < RWB„-5� RWB12-5C Plate A.3-5 BORING LOCATION PLAN Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas N U W 0 PROJECT NO: 24-28748 DRAWN BY: DH APPROVED BY: DH DATE:5/28/2024 DATE:5/28/2024 I �RN/E E N G E E R I N G n�wrwcu+'wm a X-t N" r� -- Rwsi-aRWB1-5D \ aoxo ne wlu� ILL1GN�ffM Valerie / r ADD BORES ALONG THEW ALIGNMENT RW82-5^ — — �, RWB2-5D ` s 7 �\ RVI '� `� ��• is �(t Plate A.3-6 BORING LOCATION PLAN Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas •! 'r11 r .. Tr � Ate\ PROJECT NO: 24-28748 DRAWN BY: DH DATE: 5/28/2024 APPROVED BY: DH DATE: 5/28/2024 RONE V IE E RI NGir A�n Rl11A/C/anpeny %- RWB-2 RWB-19 i RWB RWB-4 � .� RWB-5 RWB-17 RWB-6 k1IVB-7 RWB-16 Y � r •- t - RWB-15 r 1� RWB-9 \ t RWB-14 RWB-10 A RWB-13 Plate A.3-7 BORING LOCATION PLAN Walsh Ranch Phase PA5 Walls and Bridges South and West of Walsh Ranch Parkway Fort Worth, Texas PROJECT NO: 24-28748 DRAWN BY: DH APPROVED BY: DH DATE:5/28/2024 DATE:5/28/2024 Log Project No. B-1 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway North Bridge Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73291 ° N While Drilling Not Observed 5-23-24 Longitude At Completion Not Observed �'*'0) RN/E E N G E E R I N G AnRMACampany -97.577880 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 905.0 feet 3: O m a W a I» LL-PL-Pi M rn CLAYEY SAND (SC) - light brown, tan, with limestone fragments -� 4-4-13 32 36-16-20 10 N-17 901.0 WEATHERED LIMESTONE - tan, light gray 50/2" 5 50/1" i 50/2" 10 _ 50/0" 91.0 LIMESTONE - gray 50/'/4" 15�— _ 50/0" _ s _ 50/'/d' i 20 =-* 50/0" n ' 50/'/d' 25— � 50/0" i 50/'/d' s 30 Fnm" L 1 S S � 870.0 3 J tin ln4' .. Boring Terminated at Approximately 35 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers fiN7 15 15 Plate A.4 Log Project No. B-2 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway North Bridge Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73256' N While Drilling Not Observed 5-22-24 Longitude At Completion Not Observed �'*'0) RN/E E N G E E R I N G AnRMACampany -97.57801 ° W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 908.0 feet 3: O a m O N a W �' a I» LL-PL-Pi a 3 M rn CLAYEY SAND (SC) - dark brown, brown, few 3-4-8 calcareous nodules N=12 15 13 N= 9 5%C N920 49 29-12-17 11 902.0 LEAN CLAY (CL) -light brown, tan, occasional limestone 11-12-19 seams N=31 13 53 13 — / N =32 / 898 0 10-�. LIMESTONE -gray 50/1" 28 15— _ 50/1" S S S- 50/1" i 20— 50/1" 50/2" 25 50/1" i i Z 50/1" s 30—= 5nm" i s 3 J 873.0 tin/n" .. Boring Terminated at Approximately 35 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers Plate A.5 Log Project No. RWB1-5A 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.1 Latitude Water Level Observations (feet) Date 32.73243' N While Drilling SZ 23 5-15-24 A^RMA Camp ry Longitude At Completion 1 35 -97.576190 W End of Day Not Measured o y 4 = a C t ~ O _p Nam' I1 y N V E y O Z sw +%J O d .O O C N w E Stratum Description z o a o m to E > and __ O (D a =o 'yam a+ — N m O Q c>E MUf0� Approximate Surface Elevation = 910.0 feet 3: O a�ia16i m a W ��' a m 0 3 LL-PL-PI M rn o co D 0 FILL: CLAYEY SAND (SC) - tan, brown, some limestone fragments 3.00 16 N a 0 �. 892.0 FAT CLAY WITH SAND (CH) - dark brown, brown, few —//' calcareous nodules 20 =� 887.0 LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 25 j 883.0 � LIMESTONE -gray 30— 875.0 3 J Boring Terminated at Approximately 35 Feet Proposed Elevation = 925.8 Feet Approximate Grading = 15.8 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Robert - Savage IN 10-15-50/3" 50/'/z' Sn✓,1„ 50/'/z' end'/" 4.5+ 12 4.5+ 48 32-13-19 10 4.5+ 12 4.5+ In 13 3.00 87 65-21-44 24 4.5+ 11 129 4,400 19 Plate A.6 Drilling Method: Continuous Flight Augers Log Project No. RWB2-5A 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.1 Latitude Water Level Observations (feet) Date 32.73220' N While Drilling SZ 23 5-15-24 A^RMA Camp ry Longitude At Completion 1 34 -97.576160 W End of Day Not Measured o y y N y = C a T '� d �p IL N y C .04 J V •G> O a E£ ;� Stratum Description z o r= __ o a o a MUmQ 4)ia16i Approximate Surface Elevation = 914.0 feet 3: O m a W �d a m o 3 LL-PL-PI M rn o co D 0 T: FILL: SANDY LEAN CLAY (CL) - tan, brown, some T: limestone fragments 4.5+ 11 I.b T : _ Rai 4.5+ 12 i .'� 5 4.5+ 12 4.5+ 11 i ^i 14-15-13 6 �.. N=28 a 0 �l 896.0 j LEAN CLAY (CL) -light brown, tan, with calcareous nodules and limestone fragments 20 n 25 i / 888.0 i s LIMESTONE - gray 3 J —FAll 879.0 Boring Terminated at Approximately 35 Feet Proposed Elevation = 927.4 Feet Approximate Grading = 13.4 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Robert - Savage IN 4.00 41-14-27 4.5+ 15 4.5+ 22 50/'/2" 21 Sn✓,1„ 1 50/'/<" 22 enri" Plate A.7 Drilling Method: Continuous Flight Augers Log Project No. RWB3-5A 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.1 Latitude Water Level Observations (feet) Date 32.73194' N while Drilling Not Observed 5-15-24 AnRMACamparry Longitude At Completion Not Observed -97.576040 W End of Day Not Measured o y y N y = C a T '� d �p IL N y C .04 J V •G> O a ;� Stratum Description z o r== o a o N£ a MUmQ Approximate Surface Elevation = 912.0 feet 3: O 4)ia16i m a W �d a m o 3 LL-PL-PI M rn o co D 0 FILL: SANDY LEAN CLAY (CL) - tan, brown, some limestone fragments 4.5+ 23 N a 0 .z.%I 894.0 � LEAN CLAY (CL) -light brown, tan, gray, with calcareous nodules and limestone fragments 2 0 889.0 LIMESTONE - gray 25 30 = � 882.0 Boring Terminated at Approximately 30 Feet Proposed Elevation = 928.0 Feet Approximate Grading = 16.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Robert - Savage 4.5+ 58 32-18-14 11 4.5+ 32-14-18 4.5+ 51 33-13-20 22 4-4-4 13 N=8 5-6-9 N=15 50/11, 50/'/d' 50/11, Sn1ri 4.00 23 20 110 6,400 10 8 Plate A.8 Drilling Method: Continuous Flight Augers Log Project No. RWB4-5A 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.2 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73086' N while Drilling Not Observed 5-14-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.578390 W End of Day Not Measured y O N y = C T Q �_c a �..% dy E y Go O Z s.£ �. J c°� w E Stratum Description -J z o a o 0 N £ d d y F E. C N y> N d Approximate Surface Elevation = 912.0 feet 3: O a m d m a W �' a m LL-PL-PI a 3 M rn FAT CLAY (CH) - dark brown, brown, few calcareous — nodules 3.50 23 — 3.50 17 908.0 CLAYEY SAND (SC) - light brown, tan, with calcareous 5 — nodules and limestone fragments 3.75 17 7-8-9 N=17 27 29-13-16 9 3-5-7 N=12 13 10 1 2 N =23 11 15 %� 896.0 LIMESTONE -gray s 50/'/z 21 20— 50/'/d' n s —T-0 887.0 50/'/4„ 23 2� 50/ /, Boring Terminated at Approximately 25 Feet Proposed Elevation = 926.2 Feet Approximate Grading = 14.2 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers Plate A.9 Log Project No. RWB5-5A 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.2 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73083' N While Drilling -7 8 5-14-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.577920 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== N E d d y N 0 Approximate Surface Elevation = 902.0 feet 3: O F a m C N d d a W y> �' a m LL-PL-PI d a 3 M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 4.00 24 900.0 CLAYEY SAND (SC) - light brown, tan, with calcareous — nodules and limestone fragments 4.5+ 47 40-16-24 13 0 891.0 WEATHERED LIMESTONE - tan 15 887.0 LIMESTONE - gray 20— S- � 877.0 2 J Boring Terminated at Approximately 25 Feet Proposed Elevation = 920.0 Feet Approximate Grading = 18.0 Feet Fill 6-6-7 N=13 8-11-11 17 N=22 4-8-8 N=16 50/'/4" 50/'/d' 50/'/d' 50//d' 50//d' 14 12 12 14 22 24 22 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Plate A.10 Drilling Method: Continuous Flight Augers Log Project No. RWB6-5A 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.2 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73108' N while Drilling Not Observed 5-14-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.577630 / \ W End of Day Not Measured y O N y = C T Q �_c a �..% dy E y Go O Z s.£ �. c°� w E °' Stratum Description -J z 0 N E d d y F E. C N y> N d Approximate Surface Elevation = 912.0 feet 3: O m a W a m LL-PL-PI M rn FAT CLAY (CH) - dark brown, brown, few calcareous 2-3-7 20 no / dI u es N-10 3-4-4 / N=8 J 5 / 3.50 16 19 3.50 95 68-29-39 34 J/ 3.50 10 902.0 LEAN CLAY (CL) -light brown, tan, with calcareous nodules and limestone fragments 4.5+ 4.5+ 15 896.0 WEATHERED LIMESTONE -tan 20- 890.0 LIMESTONE - gray 25—=A—V87.0 Boring Terminated at Approximately 25 Feet Proposed Elevation = 920.0 Feet Approximate Grading = 8.0 Feet Fill 50/2" 50/'/d' 50//d' 50//d' 29 15 16 28 20 96 3,000 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers Plate A.11 Log Project No. RWB7-5A 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.2 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73061' N While Drilling -7 13 5-14-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.577630 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 910.0 feet 3: O a m d d a W �' a m LL-PL-PI a 3 M rn SANDY LEAN CLAY (CL) - brown, light brown, tan, with calcareous nodules and limestone fragments 4.5+ 17 4.5+ 17 5 4.00 65 17 4.5+ 70 37-15-22 17 3.00 16 1 �896.0 LIMESTONE -gray 50/2" 13 15�— 50//d24 s 20 =—* 50/'/d' n 50/'/d' s 885.0 50/'/d' 22 ' 2 Boring Terminated at Approximately 25 Feet Proposed Elevation = 919.0 Feet Approximate Grading = 9.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Plate A.12 Drilling Method: Continuous Flight Augers Log Project No. RWB8-5A 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.3 Latitude Water Level Observations (feet) Date 32.73006' N while Drilling Not Observed 5-14-24 AnRMACamparry Longitude At Completion Not Observed -97.581190 W End of Day Not Measured o y = CVl a y EQ C Z>p .04 VIL •G> Oya ad ; Stratum Description cc o r'a p p £C n � 0) a N j V(D MU Approximate Surface Elevation = 937.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 CLAYEY SAND (SC) - light brown, tan, with calcareous nodules and limestone fragments 3.75 22 N 0 932.5 WEATHERED LIMESTONE - tan 925.0 LIMESTONE - gray 15— T 20 � 4917.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 952.0 Feet Approximate Grading = 15.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 4.5+ 33 32-13-19 12 50/5' 11 50/3" 13 50/'/2" 50/2" 12 5n/Z" 50/2" 16 5n/9" 50/2" 30 .50/1„ Plate A.13 Drilling Method: Continuous Flight Augers Log Project No. RWB9-5A 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.3 Latitude Water Level Observations (feet) Date 32.72951 ° N while Drilling Not Observed 5-14-24 nnw�fwcwnu.m Longitude At Completion Not Observed -97.581930 W End of Day Not Measured o y y N y = C a T '� d �p IL N y C .04 J V •G> O w E Stratum Description z o = o a o N0)O £ d mQ E. N L a •N j a+ — Vl —y = C Q C> E N W Approximate Surface Elevation = 938.0 feet 3: O 4)ia16i m a W �d a m c 3 LL-PL-PI M rn o co D 0 SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 3.50 25 N 0 929.5 WEATHERED LIMESTONE - tan 925.0 LIMESTONE - gray 15—=E* 20� S 913.0 2 Boring Terminated at Approximately 25 Feet Proposed Elevation = 955.1 Feet Approximate Grading = 17.1 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 3.25 16 4.5+ 69 45-16-29 17 3.50 64 16 50/3" 14 27/6" 14 50/2" 13 50/1" 50/'/z16 50/0" Plate A.14 Drilling Method: Continuous Flight Augers Log Project No. RWB10-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.3 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72930' N while Drilling Not Observed 5-14-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.581460 W End of Day Not Measured O = y N y C T �_c a dy O s.£ coy Q �..% E y Z �. w E Stratum Description -J z o== o a J 0 N £ d d y F C N y> N d Approximate Surface Elevation = 940.0 feet 3: O m a W a m LL-PL-PI M rn SANDY FAT CLAY (CH) - light brown, tan, with calcareous nodules and limestone fragments 50/1" 41 J 5 / 1.50 50 56-21-35 13 _ 50/2" — 932.0 WEATHERED LIMESTONE - tan 50/1" 10 926.0 15�— LIMESTONE - gray 50/'/z' _ 50/01, � 50/' 20 .50/0" = 915.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 953.1 Feet Approximate Grading = 13.1 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Dylan - DAS Drilling Method: Continuous Flight Augers 16 13 29 23 Plate A.15 Log Project No. RWB11-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.3 Latitude Water Level Observations (feet) Date 32.72996' N while Drilling Not Observed 5-14-24 AnRMACamparry Longitude At Completion Not Observed -97.580550 W End of Day Not Measured o y = CVl a y EQ C Z>p .04 VIL •G> Oya ad ; Stratum Description cc o r'a p p £C n 0) Q a N j V(D w� Approximate Surface Elevation = 931.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 N 0 15—=E* 20� S FAT CLAY (CH) - light brown, tan, with calcareous nodules and limestone fragments 929.0 WEATHERED LIMESTONE - tan 918.0 LIMESTONE - gray 906.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 950.2 Feet Approximate Grading = 19.2 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Taylor - Savage 4.5+ 86 57-23-34 25 50/3" 9 50/3" 8 50/'/z' 7 50/'/d' 50/1 ''/i' 7 50/'/4" 50/'/2" 50/'/4" 7 Plate A.16 Drilling Method: Continuous Flight Augers Log Project No. RWB12-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.3 Latitude Water Level Observations (feet) Date 32.72999' N While Drilling Not Observed 5-14-24 AnRMACamparry Longitude At Completion Not Observed -97.579940 W End of Day Not Measured o y = a tad y =G C ZNp .04 VIL ON C ; Stratum Description o r'a o= = yCdVl o £~C N 0) Q a N j V(D w� Approximate Surface Elevation = 930.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 N 0 15f=* 20 — S FAT CLAY WITH SAND (CH) - light brown, tan, with calcareous nodules and limestone fragments 928.0 WEATHERED LIMESTONE - tan 918.0 LIMESTONE - gray 905.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 949.9 Feet Approximate Grading = 19.9 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Robert - Savage 4.5+ 81 53-17-36 22 13-50/5" 9 50/3" 9 50/'/z' 8 50/'/z' 50/11, 10 50/'/z' 50/'/z' 8 50/'/d' Plate A.17 Drilling Method: Continuous Flight Augers Log Project No. RWB13-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.3 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73001 ° N While Drilling Not Observed 5-13-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.579620 W End of Day Not Measured y O N = y C T o �_c > .2 a t> dy E } O Z s.£ coy J a E Q ;� Stratum Description z o== o a 0 N E d d y F C N N>IL tyA Approximate Surface Elevation = 928.0 feet 3: O m 0 a W a rn LL-PL-PI M \/ WEATHERED LIMESTONE - tan nn 50/3" 28-16-12 7 11 10 915.0 LIMESTONE - gray 15—=E* 20 = W908.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 949.1 Feet Approximate Grading = 21.1 Feet Fill 50/1" 50/3/d' 50/'/d' 50/'/' 50/'/z' 7 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Cameron - Savage Plate A.18 Drilling Method: Continuous Flight Augers Log Project No. RWB14-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.3 Latitude Water Level Observations (feet) Date 32.73008' N while Drilling Not Observed 5-13-24 AnRMACamparry Longitude At Completion Not Observed -97.579280 W End of Day Not Measured o y y N y = C a C T t ~ '� G d �p Nam' IL N y V 1=y C Z .04 rJ V d .� y O C N a ;� Stratum Description z o r= =o a y o d N£ > d d (D 'a a N j Vl y V wmQ Approximate Surface Elevation = 924.0 feet 3: O 4)ia16i m a W �d a m c 3 LL-PL-PI M rn o co D 0 LEAN CLAY WITH SAND (CL) - light brown, tan, with calcareous nodules and limestone fragments 4.5+ 72 44-26-18 23 — / 4.5+ 920.0 WEATHERED LIMESTONE - tan 912.0 LIMESTONE - gray 15— T 20 —F *904.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 945.0 Feet Approximate Grading = 21.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Cameron - Savage 50/2" 5n/1,, 50/1 ''/2" 50/'/z' 50/'/z' 5n/'/" 11 122 3,600 8 Plate A.19 Drilling Method: Continuous Flight Augers Log Project No. RWB15-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.3 Latitude Water Level Observations (feet) Date 32.73020' N while Drilling Not Observed 5-13-24 AnRMACamparry Longitude At Completion Not Observed -97.57901 ° W End of Day Not Measured o y = CVl a >p y EQ C Z .04 VIL •G> Oya ad ; Stratum Description cc o r'a p p £C n � 0) N j V(D MU Approximate Surface Elevation = 920.0 feet 3: O a 4) m a W a m c LL-PL-PI M rn o co D 0 CLAYEY GRAVEL (GC) - light brown, tan, with calcareous nodules and limestone fragments 3.00 35 27-14-13 9 N 0 0 914.5 WEATHERED LIMESTONE - tan, gray 903.0 LIMESTONE - gray 20 ='Wi00.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 940.5 Feet Approximate Grading = 20.5 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Cameron - Savage 6-14-25 N=39 50/'/z' 50/3/4" 50/'/" 4.5+ 13 14 Plate A.20 Drilling Method: Continuous Flight Augers Log Project No. RWB16-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.4 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72991 ° N while Drilling Not Observed 5-13-24 Longitude At Completion Not Observed -97.578640 W End of Day Not Measured d Q >' w a E Q Stratum Description 0 U) £ 47 rn w Approximate Surface Elevation = 920.0 feet FAT CLAY (CH) - dark brown, brown, few calcareous nodules J/ 915.0 5 LEAN CLAY WITH SAND (CL) -light brown, tan, with calcareous nodules and limestone fragments I 10' 908.0 WEATHERED LIMESTONE - tan, light gray 15too.0 01.0 LIMESTONE - gray 20Boring Terminated at Approximately 20 Feet Proposed Elevation = 942.3 Feet Approximate Grading = 22.3 Feet Fill O � y I1 .' y y O s . E i.2 NR J % F E tm O S Z C' w J Q y d N F N a a M 'y N W> � O tan a W a 'm LL-PL-PI 15-11-14 N=25 50/11, 5nd+i° 50/'/z' 50/'/' 3.50 4.5+ R NE E N G E E R � AnRMACamparry o � Q N d s C � C U y — Q y O a 3 a o M fA a D U 22 15 74 44-20-24 20 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Cameron - Savage Drilling Method: Continuous Flight Augers Plate A.21 Log Project No. RWB17-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.4 Latitude Water Level Observations (feet) Date 32.72966' N while Drilling Not Observed 5-13-24 AnRMACamparry Longitude At Completion Not Observed -97.57877' W End of Day Not Measured o y y N y = C a T '� d �p IL N y C .04 J V •G> O a ;� Stratum Description z o r== o a o N£ a MUmQ Approximate Surface Elevation = 924.0 feet 3: O 4)ia16i m a W �d a m o 3 LL-PL-PI M rn o co D U 11 10- FAT CLAY (CH) - dark brown, brown, few calcareous nodules 922.0 SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 918.0 WEATHERED LIMESTONE - tan, light gray 911.0 LIMESTONE - gray 15—=E* 20 = W904.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 944.0 Feet Approximate Grading = 20.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Cameron - Savage 50/11, 50/'/" 50/'/z' 4.00 29 4.5+ 22 110 4,200 4.5+ 64 38-16-22 16 Plate A.22 Drilling Method: Continuous Flight Augers Log Project No. RWB18-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.4 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72944' N while Drilling Not Observed 5-13-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.578750 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 925.0 feet 3: O a m d d a W �' a m LL-PL-PI a 3 M rn 00001, 924.0 FAT CLAY (CH) - dark brown, brown, few calcareous nodules 4.5+ 19 pC CLAYEY GRAVEL (GC) - light brown, tan, with �, , calcareous nodules and limestone fragments N 0 921.0 WEATHERED LIMESTONE - tan, light gray 912.0 LIMESTONE - gray 15—=E* 20 = W905.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 942.0 Feet Approximate Grading = 17.0 Feet Fill 4.5+ 32 32-15-17 10 50/1 ''/2' 6 Fn/1 1/,, 50/3/d' Material boundaries are approximate; in situ, transitions may be qradual. Driller: Cameron - Savage Plate A.23 Drilling Method: Continuous Flight Augers Log Project No. RWB19-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.4 Latitude Water Level Observations (feet) Date 32.72902' N While Drilling Not Observed 5-13-24 nnw�fwcwnu.m Longitude At Completion Not Observed -97.578750 W End of Day Not Measured o y = CVl a >p y EQ C Z .04 VIL •G> Oya ad ; Stratum Description cc o r'a p p £C n d N j V(D w� Q Approximate Surface Elevation = 930.0 feet 3: O a 4)i m a W a m c LL-PL-PI M rn o co D 0 929.0 CLAYEY SAND (SC) - light brown, tan, with calcareous 4.5+ 40 31-16-15 9 —\ nodules and limestone fragments WEATHERED LIMESTONE - tan, light gray 50/'/z' 5 — 50/'%' 923.0 LIMESTONE - gray 50/'/z' 10 50/'/4" 1 - _ __ = *"10.0 50/'/4 20 T Boring Terminated at Approximately 20 Feet Proposed Elevation = 946.0 Feet Approximate Grading = 16.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Cameron - Savage Plate A.24 Drilling Method: Continuous Flight Augers Log Project No. RWB20-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.4 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72861 ° N while Drilling Not Observed 5-13-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.578790 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ J coy w£ Stratum Description -J z o== o a o 0 N £ d d y F C N y> N d Approximate Surface Elevation = 933.0 feet 3: O m a W a m LL-PL-PI M rn GRAVELLY LEAN CLAY - light brown, tan, with lime calcareous nodules and limestone fragments 4.5+ 13-19-27 / N=46 929.0 WEATHERED LIMESTONE - tan, light gray 50/2" 5 50/1" 50/'/z„ 923.0 107LIMESTONE _ 50/ /4 - gray 50/'/2" 15— _ 50/'/4" S S S- 50/'/2" 13.0 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 951.4 Feet Approximate Grading = 18.4 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Cameron - Savage Drilling Method: Continuous Flight Augers 14 26-15-11 7 Plate A.25 Log Project No. RWB21-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E A.4 Fort Worth, Texas E Latitude Water Level Observations (feet) Date AnRMACamparry 32.72833' N while Drilling Not Observed 5-13-24 Longitude At Completion Not Observed -97.578790 W End of Day Not Measured o y = a y N y C T d _p IL y N C .04 U •d O E£ Stratum Description z o r== o a J o Q MUf0� a a�ia16i ��' 0 3 co Approximate Surface Elevation = 935.0 feet 3: O m a W a m LL-PL-PI M rn o D 0 SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 4.5+ 16 4.5+ 69 42-18-24 17 930.0 24-49" 7 5 WEATHERED LIMESTONE - tan 50/2" 50/2" 15f=* 20 — S 923.0 LIMESTONE - gray 910.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 953.7 Feet Approximate Grading = 18.7 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 50/2" 5n/1" 50/11, enri° 50/1" 50/'/d' C C E Plate A.26 Drilling Method: Continuous Flight Augers Log Project No. RWB23-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.5 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72762' N While Drilling SZ 5 5-14-24 Longitude At Completion 1 10 �RN/E') AnRMACamparry -97.578670 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== N E d d y N 0 Approximate Surface Elevation = 941.0 feet 3: O F m C N a W y> a m LL-PL-PI d M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 4.5+ 26 4.5+ 29 J 5 J/ 4.5+ 92 78-27-51 30 935.0 LEAN CLAY (CL) - light brown, tan, with limestone / seams 50/5" 18 4-7-50/2" 28 10��— s 928.0 LIMESTONE -gray 50/'/z' 17 15�� _ 50/'/4" � =i 21.0 50/'/d' 18 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 958.0 Feet Approximate Grading = 17.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tanner - Savage Plate A.27 Drilling Method: Continuous Flight Augers Log Project No. RWB24-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.5 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72729' N While Drilling SZ 5 5-14-24 Longitude At Completion 1 10 �RN/E') AnRMACamparry -97.578770 W End of Day Not Measured O = y N y C T �_c a dy O s.£ coy Q �..% E y Z �. w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 945.0 feet 3: O m a W a m LL-PL-PI M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 4.5+ 31 943.0 SANDY LEAN CLAY (CL) -light brown, tan, with limestone seams 4.00 18 5 — j 2.50 63 41-17-24 24 1/ 4.5+ 5-10-13 24 � N=23 � 1 930.5 50/3" 35 15 LIMESTONE -gray _ = 50/'/2" 24 Boring Terminated at Approximately 20 Feet Proposed Elevation = 962.8 Feet Approximate Grading = 17.8 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Tanner - Savage Drilling Method: Continuous Flight Augers Plate A.28 Log Project No. RWB25-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.5 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72700' N while Drilling Not Observed 5-14-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.578850 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 950.0 feet 3: O a m d d a W �' a m LL-PL-PI a 3 M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 4.5+ 24 — 4.5+ 946.0 5 - sLEAN CLAY (CL) - light brown, tan, with limestone 15-8-7 eams N=15 86 46-17-29 20 15-50/5" 13 � �/ J( 50/3" 15 937.0 FAT CLAY (CH) - marly, tan, gray, occasional limestone — / X seams 15-50/3" 22 15 =�/ 932.0 LIMESTONE -gray 50/'/z13 20— 50/'/d' 15 23 = 925.0 50/'/d' Boring Terminated at Approximately 25 Feet Proposed Elevation = 966.1 Feet Approximate Grading = 16.1 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Taylor - Savage Plate A.29 Drilling Method: Continuous Flight Augers Log Project No. RWB27-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.6 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72695' N While Drilling Not Observed 5-13-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.578360 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 954.0 feet 3: O a m d d a W �' a m LL-PL-PI a 3 M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 3.75 31 light brown, tan, with limestone seams _ 2.75 18 J 5 J/3.00 23 948.0 FAT CLAY (CH) - marly, tan, gray, occasional limestone 50/1" _ / seams _ 11-50/2" 17 10—�/ 13-50/5" 94 68-26-42 25 15— � 935.5 LIMESTONE - gray 50/3/d' 8 20— 50/'/d' J= 0 50/'/d' 10 2 J T 929.0 50/'%' Boring Terminated at Approximately 25 Feet Proposed Elevation = 967.7 Feet Approximate Grading = 13.7 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Taylor - Savage Plate A.30 Drilling Method: Continuous Flight Augers Log Project No. RWB28-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas A.6 Latitude Water Level Observations (feet) Date 32.72723' N While Drilling Sz 8 5-13-24 A^RMA Camp ry Longitude At Completion 1 13 -97.578340 W End of Day Not Measured o y y N y = C a C T t ~ '� G d �p Nam' IL N y V E y C Z .04 rJ V d .� y O C N a ;� Stratum Description z o r S =o a y o d N£ > d d (D 'a a N j Vl y V wmQ Approximate Surface Elevation = 950.0 feet 3: O 4)ia16i m a W �d a m c 3 LL-PL-PI M rn o co D 0 SANDY LEAN CLAY (CL) - dark brown, brown, few calcareous nodules 2.50 34 N 0 944.0 FAT CLAY (CH) - light brown, tan, with calcareous nodules and limestone fragments 937.0 LIMESTONE - gray 15—=E* 20 = W930.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 964.3 Feet Approximate Grading = 14.3 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Taylor - Savage p 1 3.25 25 4.5+ 64 33-18-15 15 4.5+ 24 4.5+ 95 66-24-42 27 50/'/z' 12 50/'/" 50//d23 112 2,000 Plate A.31 Drilling Method: Continuous Flight Augers Log Project No. RWB29-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway A.6 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72752' N While Drilling SZ 5 5-13-24 Longitude At Completion 1 6 �RN/E') AnRMACamparry -97.578250 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 945.0 feet 3: O m a W a m LL-PL-PI M rn SANDY LEAN CLAY (CL) - dark brown, brown, few — calcareous nodules 4.00 29 — 3.00 53 33-19-14 16 5 3.50 20 939.0 1 FAT CLAY (CH) - light brown, tan, with calcareous — nodules and limestone fragments NA 30 50/1" 10 935.0 LIMESTONE - gray 50/'/4" 22 15— S S l=— �25 5 0/'/d' 21 20 .0 5/ Boring Terminated at Approximately 20 Feet Proposed Elevation = 958.0 Feet Approximate Grading = 13.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Taylor - Savage Plate A.32 Drilling Method: Continuous Flight Augers Log Project No. RWB1-513 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway B.1 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73223' N While Drilling Not Observed 5-22-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.58241 ° W End of Day Not Measured y O N y = C T do .2 a dy O s.£ ` J coy w Stratum Description z o �o _ a o N £ d d y E. N 0 w Approximate Surface Elevation = 936.0 feet ms 3: O F a to C N 4) a W y> � �' a m LL-PL-PI d a 3 M rn FAT CLAY WITH SAND (CH) - dark brown, brown, few calcareous nodules — / 933.0 LEAN CLAY (CL) - light brown, tan, occasional limestone 5 seams —/ 929.0 WEATHERED LIMESTONE - tan 10- 923.0 LIMESTONE - gray 15—= s � L 20 = 916.0 > Boring Terminated at Approximately 20 Feet Proposed Elevation = 944.6 Feet Approximate Grading = 8.6 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Plate A.33 Drilling Method: Continuous Flight Augers Log Project No. RWB2-5B 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway B.1 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73245' N while Drilling Not Observed 5-15-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.582160 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 928.0 feet 3: O m a W a m LL-PL-PI M rn FAT CLAY (CH) - dark brown, brown, few calcareous — nodules 3.75 31 — 3.50 a 924.0 LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 920.0 WEATHERED LIMESTONE - tan, light gray 916.0 LIMESTONE - gray 15— 20 —F *908.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 943.4 Feet Approximate Grading = 15.4 Feet Fill 6-14-50/5" 50/1" 50/'/d' 50/3/4" 50/'/4" 50/'/4 4.5+ 16 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Plate A.34 Drilling Method: Continuous Flight Augers Log Project No. RWB3-5B 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas B.1 Latitude Water Level Observations (feet) Date 32.73248' N while Drilling Not Observed 5-15-24 AnRMACamparry Longitude At Completion Not Observed -97.581620 W End of Day Not Measured o y y N y = C a C T t ~ '� G d �p Nam' IL N y V E y C Z .04 rJ V d .� y O C N a ;� Stratum Description z o r= =o a y o d N£ > d d (D 'a a N j Vl y V wmQ Approximate Surface Elevation = 926.0 feet 3: O 4)ia16i m a W �d a m c 3 LL-PL-PI M rn o co D 0 SANDY LEAN CLAY (CL) - dark brown, brown, few calcareous nodules 3.25 N 920.0 FAT CLAY WITH SAND (CH) - light brown, tan, with calcareous nodules and limestone fragments 0 915.0 WEATHERED LIMESTONE - tan, light gray 912.5 LIMESTONE - gray 0 20 — 4906.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 940.0 Feet Approximate Grading = 14.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers 50/'/z' 50//d' 3.75 4.00 65 46-16-30 16 3.50 75 51-17-34 16 4.00 73 51-18-33 17 116 3,800 Plate A.35 Log Project No. RWB4-5B 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway B.1 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73294' N While Drilling Not Observed 5-15-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.580020 W End of Day Not Measured y O N y = C T do .2 a dy O s.£ ` J coy w Stratum Description z o �= _ o a o N £ d d y N 0 w Approximate Surface Elevation = 919.0 feet ms 3: O F a to C N 4) a W y> � �' a m LL-PL-PI d a 3 M rn FAT CLAY WITH SAND (CH) - dark brown, brown, few — calcareous nodules 3.50 28 — 3.00 82 51-19-32 23 914.5 //� calcareous nodules and limestone fragments 10 12-14 21 811 N=2 N1 14 11-13-20 N=33 12 10 / 909.0 WEATHERED LIMESTONE - tan, light gray 905.0 LIMESTONE - gray 50/3/<" 21 15—— sndi" .. = 99.0 50/3/d' ° 29 20 50/l/ > Boring Terminated at Approximately 20 Feet Proposed Elevation = 927.5 Feet Approximate Grading = 8.5 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Plate A.36 Drilling Method: Continuous Flight Augers Log Project No. RWB5-5B 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway B.1 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73296' N while Drilling Not Observed 5-15-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.579680 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 917.0 feet 3: O a m d d a W �' a m LL-PL-PI a 3 M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 4.5+ 27 915.0 SANDY LEAN CLAY (CL) -light brown, tan, with calcareous nodules and limestone fragments 4.25 12 �X 20-26-45 5 — N=71 62 30-16-14 9 � 21 371 N=7 11 / 908.0 WEATHERED LIMESTONE - tan, light gray 50/'/z' 21 10 sn✓'�" 903.0 LIMESTONE - gray 50/'/z' 15—— = 50/''/z' 97.0 20 > Boring Terminated at Approximately 20 Feet Proposed Elevation = 927.6 Feet Approximate Grading = 10.6 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers Plate A.37 Log Project No. RWB6-5B 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas B 2 Latitude Water Level Observations (feet) Date 32.73048' N While Drilling Not Observed 5-15-24 AnRMACamparry Longitude At Completion Not Observed -97.580090 W End of Day Not Measured o y = CVl a y EQ C Z>p .04 VIL •G> Oya ad Stratum Description cc o r'a p p £C n � 0) a N j V(D r MU Approximate Surface Elevation = 928.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o a o D 0 N 0 0 FAT CLAY (CH) - dark brown, brown, few calcareous nodules 926.0 SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 918.0 WEATHERED LIMESTONE - tan, light gray 911.0 LIMESTONE - gray 20 �08.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 939.7 Feet Approximate Grading = 11.7 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers 8-10-10 N=20 50/3/4" 50/'/4" 50/'/2" .50/14" 4.5+ 29 4.5+ 18 4.5+ 14 4.5+ 54 38-15-23 13 12 16 120 5,000 Plate A.38 Log Project No. RWB7-5B 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas B 2 Latitude Water Level Observations (feet) Date 32.73041 ° N While Drilling Not Observed 5-17-24 AnRMACamparry Longitude At Completion Not Observed -97.579800 W End of Day Not Measured o y = CVl a y EQ C Z>p .04 VIL •G> Oya ad ; Stratum Description cc o r'a p p £C n � d a N j V(D MU Approximate Surface Elevation = 924.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D U N a 0 FAT CLAY (CH) - dark brown, brown, few calcareous nodules 922.0 CLAYEY SAND (SC) - light brown, tan, with gravel and limestone fragments 913.0 WEATHERED LIMESTONE - tan, light gray 908.0 LIMESTONE - gray 20 =E*04.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 935.5 Feet Approximate Grading = 11.5 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers 4.25 33 4.5+ 17 4.5+ 15 114 3,400 8-10-10 32 29-14-15 10 N=20 14-18-20 11 N=38 50/11, 50/'/z' 50/'/z' 50/'/' Plate A.39 Log Project No. RWB8-5B 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas B 2 Latitude Water Level Observations (feet) Date 32.73051 ° N While Drilling Not Observed 5-17-24 AnRMACamparry Longitude At Completion Not Observed -97.579400 W End of Day Not Measured o y y N y = C a C >. w Q d _p i y IL y N U E ' O Z .04 rd. £ O .O O w E Stratum Description z o = o m to E > and E. O (D a 'yam a+ — N m O Q c>E MUf0� Approximate Surface Elevation = 918.0 feet 3: O a�ia16i m a W ��' a m 0 3 LL-PL-PI M rn o co D 0 FAT CLAY (CH) - dark brown, brown, few calcareous nodules 3.50 38 N 0 914.0 SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 907.5 WEATHERED LIMESTONE - tan, light gray 50/3/4" 0 901.0 LIMESTONE - gray 20 ='�98.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 928.3 Feet Approximate Grading = 10.3 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers 3.50 25 4.5+ 84 42-17-25 17 4.5+ 68 48-13-35 18 4.00 17 Plate A.40 Log Project No. RWB9-5B 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway B 2 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73071 ° N While Drilling Not Observed 5-17-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.578880 W End of Day Not Measured y O N y = C T Q �_c a �..% dy E y Go O Z s.£ �. c°� w E °' Stratum Description -J z 0 N E d d y ms F E. C N y> N d w Approximate Surface Elevation = 913.0 feet 3: O a to ym a W ��' a m LL-PL-PI a 3 M rn FAT CLAY WITH SAND (CH) - dark brown, brown, few — calcareous nodules 3.75 42 — 4.5+ 76 50-20-30 19 909.0 SANDY LEAN CLAY (CL) - light brown, tan, with 5 —/ calcareous nodules and limestone fragments 4.5+ 14 7N=31 31 10 6-10-14 N=24 9 10—� 902.0 WEATHERED LIMESTONE -tan, light gray 50/3/4" 15— _ 50/'/z' 50/1 20— 50/3/4' 892.0 LIMESTONE - gray �888.0 50/3/4„ Boring Terminated at Approximately 20 Feet 50/ /4 Proposed Elevation = 928.4 Feet Approximate Grading = 15.4 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers Plate A.41 Log Project No. RWB1-5C 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas CA Latitude Water Level Observations (feet) Date 32.72899' N while Drilling Not Observed 5-15-24 AnRMACamparry Longitude At Completion Not Observed -97.582430 W End of Day Not Measured o y = CVl a y EQ C Z>p .04 VIL •G> Oya ad ; Stratum Description cc o r'a p p £C n � 0) a N j V(D MU Approximate Surface Elevation = 949.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 N 0 FAT CLAY (CH) - dark brown, brown, few calcareous nodules 947.0 SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 940.0 WEATHERED LIMESTONE - tan 937.0 LIMESTONE - gray 15— 20 —F *929.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 964.5 Feet Approximate Grading = 15.5 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Robert - Savage 3.00 28 4.5+ 17 4.5+ 66 38-12-26 18 4.5+ 18 10-50/3" 13 50/1" 6 50/'/4" 50/'/2" 6 50/'/" Plate A.42 Drilling Method: Continuous Flight Augers Log Project No. RWB2-5C 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas CA Latitude Water Level Observations (feet) Date 32.72866' N While Drilling SZ 7 5-15-24 A^RMA Camp ry Longitude At Completion 1 11 -97.583000 W End of Day Not Measured o y = CVl a y EQ C Z>p .04 VIL •G> Oya E ad Stratum Description o r'a p== p £C � d N j V(D rMU Approximate Surface Elevation = 955.0 feet 3: O a 4) m a W a m c LL-PL-PI M rn o a o D 0 FAT CLAY (CH) - dark brown, brown, few calcareous nodules 2.00 32 953.0 SANDY LEAN CLAY (CL) -light brown, tan, with calcareous nodules and limestone fragments 2.50 18 j 5 — 4.5+ 10 127 3,600 11-15-21 N=36 60 31-14-17 15 7-7-12 N=19 28 10 — s 942.0 -2 LIMESTONE -gray 50/'/z' 19 s �i = i 35.0 50/'/d' 19 20 50/'/' > Boring Terminated at Approximately 20 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Robert - Savage Plate A.43 Drilling Method: Continuous Flight Augers Log Project No. RWB3-5C 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas CA Latitude Water Level Observations (feet) Date 32.72841 ° N while Drilling Not Observed 5-18-24 AnRMACamparry Longitude At Completion Not Observed -97.583120 W End of Day Not Measured o y = CVl a y EQ C Z>p .04 VIL •G> Oya ad ; Stratum Description cc o r'a p p £C n d Q a N j V(D w� Approximate Surface Elevation = 960.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 L.A FAT CLAY (CH) - dark brown, brown, few calcareous nodules 958.0 LEAN CLAY (CL) - light brown, tan, occasional limestone seams 945.0 WEATHERED LIMESTONE - gray, occasional clayey seams 21-15-14 N=29 50/'/z' 50/'/d' 935.0 50/ /4„ 50/ /4 Boring Terminated at Approximately 25 Feet Material boundaries are approximate; in situ, transitions may be qradual Driller: Taylor - Savage 2.00 14 2.50 2.00 28 4.5+ 78 42-18-24 19 4.5+ 17 Plate A.44 Drilling Method: Continuous Flight Augers Log Project No. RWB4-5C 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway CA Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72749' N while Drilling Not Observed 5-20-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.583860 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d a Approximate Surface Elevation = 974.0 feet 3: O a m O N a W �' a m LL-PL-PI 3 M rn LEAN CLAY (CL) - light brown, tan, with calcareous 2-2-5 32 / nodules and limestone fragments N=7 —1 / 2-2-2 N=4 18 FAT CLAY (CH) - marly, tan, gray, occasional limestone 3-3-4 87 23-14-9 24 5—` seams N=7 � 2-3-4 19 _ N=7 J �— 00 5 N3- 29 10— J / 7-11-14 N=25 18 15— J 955.0 ' 54.0 LIMESTONE -gray, highly argillaceous 50/3" 25 20 50/1" n 50/4" 22 : 25— Boring Terminated at Approximately 25 Feet 50/2" Proposed Elevation = 987.6 Feet Approximate Grading = 13.6 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Robert - Savage Drilling Method: Continuous Flight Augers Plate A.45 Log Project No. RWB5-5C 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway CA Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72724' N While Drilling Not Observed 5-20-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.583820 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 977.0 feet 3: O a m d d a W �' a m LL-PL-PI a 3 M rn GRAVELLY LEAN CLAY - light brown, tan, with lime calcareous nodules and limestone fragments 1.50 41 3-1-2 / N=3 25 FAT CLAY (CH) - marly, tan, gray, occasional limestone 1-3-5 5—` seams N=8 35 � 3-3-6 _ N=9 24 J �— 00 N=12 10— J 2-5-8 N=13 97 63-23-40 27 15— / J 958.0 ' 57.0 LIMESTONE -gray, highly argillaceous 50/1" 22 20 50/1" n ' 50/3" : 25— Boring Terminated at Approximately 25 Feet 50/1" Material boundaries are approximate; in situ, transitions may be qradual. Driller: Robert - Savage Plate A.46 Drilling Method: Continuous Flight Augers Log Project No. RWB6-5C 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway CA Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72717' N While Drilling Not Observed 5-20-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.583670 W End of Day Not Measured y O N y = C C w >. c d p >.2 d U y N E.r O Z �._ y E O U w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 980.0 feet 3: O a m d d a W �' a m LL-PL-PI a 3 M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 30 978.0 SANDY LEAN CLAY (CL) -light brown, tan, with limestone fragments 23 / 4-8-9 5— N=17 70 40-15-25 14 �2 19 1 1 =N �/ 8-6-11 \ N=17 29 1 969.0 WEATHERED LIMESTONE - tan, light gray 4-9-9 20 N=18 15—/ 962.0 s LIMESTONE - gray 50/2" 37 20—� _ mw, n 50/2" _ 955.0 23 50/1 " Boring Terminated at Approximately 25 Feet Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers Plate A.47 Log Project No. RWB7-5C 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas CA Latitude Water Level Observations (feet) Date 32.72803' N While Drilling Sz 8 5-18-24 A^RMA Camp ry Longitude At Completion 1 17 -97.583460 W End of Day Not Measured o y y N y = C a T '� d �p IL N y C .04 J V •G> O w E Stratum Description z o = o a o N0)O £ d __ N L a •N j a+ — Vl —y = C Q C> E wmQ Approximate Surface Elevation = 966.0 feet 3: O 4)ia16i m a W �d a m c 3 LL-PL-PI M rn o co D 0 N 0 0 j zu LEAN CLAY (CL) - dark brown, brown, few calcareous nodules 0 FAT CLAY (CH) - marly, tan, gray, occasional limestone seams 0 WEATHERED LIMESTONE - gray, occasional clayey seams 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 979.5 Feet Approximate Grading = 13.5 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Taylor - Savage 1.50 22 1.50 21 3.00 96 61-17-44 24 1.50 26 103 2,800 17 4.5+ 14 1 50/1" _ 50/3i" 33 Plate A.48 Drilling Method: Continuous Flight Augers Log Project No. RWB8-5C 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas CA Latitude Water Level Observations (feet) Date 32.72771 ° N While Drilling Not Observed 5-18-24 AnRMACamparry Longitude At Completion Not Observed -97.583560 W End of Day Not Measured o y y N y = C a C t ~ O _p Nam' IL y N V E y O Z .04 O .O O w E Stratum Description z o =o a o m to E > and E. O (D 'yam a+ — N m O Q MUf0s Approximate Surface Elevation = 972.0 feet 3: O a a�ia16i to a W ��' a m 0 3 LL-PL-PI M rn o c>E co D 0 LEAN CLAY WITH SAND (CL) - dark brown, brown, few — calcareous nodules 1.50 36 — 2.00 73 37-15-22 16 968.0 FAT CLAY (CH) - marly, tan, gray, occasional limestone — 5 seams 4.5+ 18 4.5+ 19 4.5+ 92 52-17-35 20 10- 4.5+ 15- 20- 5.0 WEATHERED LIMESTONE - gray, occasional clayey seams 50/3/d' SO/'/d' 7.0 50/%„ Boring Terminated at Approximately 20 Feet 50/% Proposed Elevation = 984.0 Feet Approximate Grading = 12.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Taylor - Savage 22 112 3,400 Plate A.49 Drilling Method: Continuous Flight Augers Log Project No. RWB9-5C 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas CA Latitude Water Level Observations (feet) Date 32.72738' N While Drilling SZ 4 5-18-24 A^RMA Camp ry Longitude At Completion 1 3 -97.583560 W End of Day Not Measured o y y N y = C a C T t ~ '� G d �p Nam' IL N y V E y C Z .04 rJ V d .� y O C N a ;� Stratum Description z o r S =o a y o d N£ > d d (D 'a a N j Vl y V wmQ Approximate Surface Elevation = 977.0 feet 3: O 4)ia16i m a W �d a m c 3 LL-PL-PI M rn o co D U LEAN CLAY (CL) - dark brown, brown, few calcareous nodules 0 FAT CLAY (CH) - marly, tan, gray, occasional limestone seams 0 WEATHERED LIMESTONE - gray, occasional clayey seams 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 991.9 Feet Approximate Grading = 14.9 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Taylor - Savage 1.50 24 1 2.50 19 2.50 16 50/3/d' SO/'/z' 50/'/z' 50/'/z' 3.00 41 41-15-26 13 3.50 27 4.5+ 95 52-15-37 15 Plate A.50 Drilling Method: Continuous Flight Augers Log Project No. RWB10-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas C.2 Latitude Water Level Observations (feet) Date 32.72759' N While Drilling Not Observed 5-18-24 AnRMACamparry Longitude At Completion Not Observed -97.582630 W End of Day Not Measured o y = CVl a y EQ C Z>p .04 VIL •G> Oya ad Stratum Description cc o r'a p p £C n 0) Q a N j V(D w� Approximate Surface Elevation = 993.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 N 0 CLAYEY SAND (SC) - light brown, tan, occasional limestone seams 991.0 WEATHERED LIMESTONE - tan, occasional clay seams 980.0 LIMESTONE - gray 15—=E* 20 = W973.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 991.2 Feet Approximate Grading = 1.8 Feet Cut Material boundaries are approximate; in situ, transitions may be qradual Driller: Taylor - Savage 50/3" 50/3" 50/3/d' 50/'/z' 50/3/<" 50/'/z' 50/'/z' 50/'/' 4.5+ 21 46 29-18-11 8 9 14 Plate A.51 Drilling Method: Continuous Flight Augers Log Project No. RWB11-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway C.2 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72718' N While Drilling Not Observed 5-22-24 Longitude At Completion Not Observed �RN/E') nnw�fwcwnu.m -97.582630 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 1000.0 feet 3: O a m d m a W �' a m LL-PL-PI a 3 M rn CLAYEY GRAVEL (GC) - light brown, tan, occasional 11-27-14 limestone seams N=41 7 17-13-28 N=41 35 26-17-9 8 �\ 5 _ 10-9-50/4" 9 993.0 LIMESTONE -gray 50/3" 22 10 i 50/2" 1„ 5n/v" =;Q 50/2" 20 80.0 50/11, Boring Terminated at Approximately 20 Feet Proposed Elevation = 1005.7 Feet Approximate Grading = 5.7 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers Plate A.52 Log Project No. RWB12-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas C.2 Latitude Water Level Observations (feet) Date 32.72714' N while Drilling Not Observed 5-22-24 AnRMACamparry Longitude At Completion Not Observed -97.582320 W End of Day Not Measured o y y N y = C a C T '� t ~ G d �p IL N y Nam' V E y C Z .04 rJ V d •� y O C N a ;� Stratum Description z o r= =o a y o d > N£ d d (D 'a a N j Vl y V wmQ 4)ia16i Approximate Surface Elevation = 1002.0 feet 3: O to a W �d a m c 3 LL-PL-PI M rn o co D 0 GRAVELLY LEAN CLAY (CL) - light brown, tan, j occasional limestone seams 12-17-50/1" 57 45-22-23 12 / 000.( LIMESTONE -gray 50/3" 10 5—= 50/1" i 50/2" 10 _ .50/1" _ 50/2" 15— _ )n/v Z —=4982.0 50/2" 20 sniff„ Boring Terminated at Approximately 20 Feet Proposed Elevation = 1004.5 Feet Approximate Grading = 2.5 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Plate A.53 Drilling Method: Continuous Flight Augers Log Project No. RWB1-5D 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway D Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73066' N While Drilling -7 4 5-21-24 Longitude At Completion Not Observed �RN/E') nnw�fwcwnu.m -97.573270 W End of Day Not Measured y O N y = C C w >. c d p >.2 d U y N E.r O Z �._ y E O U w E °' Stratum Description -J z o== N E d d y N 0 Approximate Surface Elevation = 897.0 feet 3: O F a m C N O N a W y> �' a m LL-PL-PI d a 3 M rn SANDY LEAN CLAY (CL) - light brown, tan, with 2-4-3 51 39-20-19 13 / calcareous nodules and limestone fragments N=7 955 10 / N=55 93.0 17 WEATHERED LIMESTONE - tan - 50/3" 18 5 7889.0 50/2" LIMESTONE - gray 50/2" 26 117 50/2" 15� 5n/9" .. �77.0 50/2" 20 ,50/1„ > Boring Terminated at Approximately 20 Feet Proposed Elevation = 909.8 Feet Approximate Grading = 12.8 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Drilling Method: Continuous Flight Augers Plate A.54 Log Project No. RWB2-5D 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway D Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.73044' N while Drilling Not Observed 5-21-24 Longitude At Completion Not Observed �RN/E') AnRMACamparry -97.572820 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== N E d d y N 0 Approximate Surface Elevation = 897.0 feet 3: O F a m C N d d a W y> �' a m LL-PL-PI d a 3 M rn N 0 CLAYEY SAND (SC) - light brown, tan, with calcareous nodules and limestone fragments 895.0 WEATHERED LIMESTONE - tan 884.0 LIMESTONE - gray 15—=E* 20 =W77.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 908.8 Feet Approximate Grading = 11.8 Feet Fill 2-5-17 N=22 50/3" 50/1" 50/2" 50/3" 50/3" �n/v 32 36-18-18 10 20 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Plate A.55 Drilling Method: Continuous Flight Augers Log Project No. RWB3-5D 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway �RN/E Fort Worth, Texas D Latitude Water Level Observations (feet) Date 32.73012' N while Drilling Not Observed 5-21-24 nnw�fwcwnu.m Longitude At Completion Not Observed -97.572430 W End of Day Not Measured o y y N y = C a C >. w Q d _p IL y N i y U E O Z .04 rd. £ O .O O w E Stratum Description z o = o m to E > E. O and (D a 'yam a+ — N m O Q c>E wf0M a�ia16i Approximate Surface Elevation = 896.0 feet 3: O m a W ��' a m 0 3 LL-PL-PI M rn o co D 0 CLAYEY GRAVEL (GC) - light brown, tan, with calcareous nodules and limestone fragments 15-50/3" 29 42-19-23 7 894.0 WEATHERED LIMESTONE - tan 50/3" 27 5 — 50/1" 888.0 LIMESTONE - gray 50/2" 10 � — 50/1" 15— S —� �76.0 50/1" 20 sn/1" Boring Terminated at Approximately 20 Feet Proposed Elevation = 907.8 Feet Approximate Grading = 11.8 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Michael - DAS Plate A.56 Drilling Method: Continuous Flight Augers Log Project No. RWB-2 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway Fort Worth, Texas R NE) P6 Latitude Water Level Observations (feet) Date 32.730800 N While Drilling SZ 4 5-17-24 A^RMA Camp ry Longitude At Completion Not Observed -97.568290 W End of Day Not Measured o y y N y = C a C >. w Q d _p i y IL y N U E y O Z .04 w O .O O w E Stratum Description z o = o m to E > and __ O (D a 'yam a+ — N m O Q c>E wf0M Approximate Surface Elevation = 890.0 feet 3: O a�ia16i m a W ��' a m 0 3 LL-PL-PI M rn o co D 0 CLAYEY GRAVEL (GC) - light brown, tan, with calcareous nodules and limestone fragments 888.0 WEATHERED LIMESTONE - tan, light gray N 0 J 20 70.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 904.0 Feet Approximate Grading = 14.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 1.00 41 33-18-15 12 50/1" 15 50/11, 50/1" 30 24 20 29 17 Plate A.57 Drilling Method: Continuous Flight Augers Log Project No. RWB-4 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway Fort Worth, Texas R NE) P6 Latitude Water Level Observations (feet) Date 32.730080 N While Drilling SZ 6 5-17-24 A^RMA Camp ry Longitude At Completion Not Observed -97.56781 ° W End of Day Not Measured o y = CVl a y E C Z>p .04 VIL •G> Oya ad E .Q - Stratum Description o r'a p= = p £C 0) Q a N j V(D w Approximate Surface Elevation = 896.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 1.00 22 _%4.5+ 68 36-19-17 19 5 � 4.5+ 890.0 WEATHERED LIMESTONE - tan 50/1" 10- 15- 20 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 912.7 Feet Approximate Grading = 16.7 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 50/1" 50/11, 50/1" 10 24 31 29 Plate A.58 Drilling Method: Continuous Flight Augers Log Project No. RWB-5 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway P6 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72991' N While Drilling -7 8 5-17-24 Longitude At Completion Not Observed R NE ') E N G E E R � AnRMACamparry -97.567660 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== N E d d y N 0 Approximate Surface Elevation = 891.0 feet 3: O F a m C N d d a W y> �' a m LL-PL-PI d a 3 M rn SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 3.50 24 4.5+ 16 5 4.5+ 17 4.5+ 56 31-14-17 11 883.0 V WEATHERED LIMESTONE - tan 50/1" 29 10 50/11, 36 1� 873.0 / LIMESTONE - gray 71.0 50/1 " 30 > 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 912.9 Feet Approximate Grading = 21.9 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Dylan - DAS Plate A.59 Drilling Method: Continuous Flight Augers Log Project No. RWB-6 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway Fort Worth, Texas R NE) P6 Latitude Water Level Observations (feet) Date 32.729750 N While Drilling SZ 11 5-17-24 A^RMA Camp ry Longitude At Completion Not Observed -97.567520 W End of Day Not Measured o y = CVl a y E C Z>p .04 VIL •G> Oya E ad .Q - Stratum Description o r'a p== p £C 0) N j V(D MU Approximate Surface Elevation = 897.0 feet 3: O a 4) m a W a m c LL-PL-PI M rn o co D 0 SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 4.5+ 27 zu 0 WEATHERED LIMESTONE - tan 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 912.9 Feet Approximate Grading = 15.9 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS IN 2.00 16 4.5+ 69 47-20-27 19 4.00 17 4.5+ 14 120 6,200 50/1" 11 50/1" 41 Plate A.60 Drilling Method: Continuous Flight Augers Log Project No. RWB-7 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway Fort Worth, Texas R NE) P6 Latitude Water Level Observations (feet) Date 32.72942' N While Drilling SZ 2 5-15-24 A^RMA Camp ry Longitude At Completion Not Observed -97.567230 W End of Day Not Measured o y = CVl a y E C Z>p .04 VIL •G> Oya E ad .Q - Stratum Description o r'a p== p £C 0) a N j V(D MU Approximate Surface Elevation = 905.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 CLAYEY GRAVEL (GC) - light brown, tan, with calcareous nodules and limestone fragments 903.0 WEATHERED LIMESTONE - tan N 0 J 20 2 J 80.0 Boring Terminated at Approximately 25 Feet Proposed Elevation = 916.8 Feet Approximate Grading = 11.8 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 3.00 18 51-27-24 10 17 50/1" 13 50/1" 50/1" 50/1" 50/11, 50/1" 50/1" 12 Plate A.61 Drilling Method: Continuous Flight Augers Log Project No. RWB-8 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway Fort Worth, Texas R NE) P6 Latitude Water Level Observations (feet) Date 32.729050 N While Drilling SZ 2 5-15-24 A^RMA Camp ry Longitude At Completion Not Observed -97.567050 W End of Day Not Measured o y = CVl a >p y E C Z .04 VIL •G> Oya E ad .Q - Stratum Description o r'a p== p £C 0) a N j V(D MU Approximate Surface Elevation = 907.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 SANDY LEAN CLAY (CL) - light brown, tan, with calcareous nodules and limestone fragments 905.0 WEATHERED LIMESTONE - tan N 0 J 889.0 LIMESTONE - gray 20 �82.0 2J Boring Terminated at Approximately 25 Feet Proposed Elevation = 920.4 Feet Approximate Grading = 13.4 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 3.50 43 42-21-21 15 17 50/1" 11 50/1" 50/1" 50/1" 50/11, 50/1" 50/2" Plate A.62 Drilling Method: Continuous Flight Augers Log Project No. RWB-9 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway P6 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728790 N While Drilling -7 2 5-15-24 Longitude At Completion Not Observed R NE E N G E E R I N G AnRMACampany -97.566980 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 911.0 feet 3: O m a W a m LL-PL-PI M rn SANDY FAT CLAY (CH) - light brown, tan, with — calcareous nodules and limestone fragments 2.50 70 56-22-34 28 17_ _ 908.0 23 WEATHERED LIMESTONE - tan 50/1" 5— _ 50/1" 02.0 50/1" LIMESTONE - gray 10—= 15 50/11, S s 20— 50/1" � J= > �� 886.0 50/1" ' 2G Boring Terminated at Approximately 25 Feet Proposed Elevation = 924.3 Feet Approximate Grading = 13.3 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Dylan - DAS Drilling Method: Continuous Flight Augers Plate A.63 Log Project No. RWB-10 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway Fort Worth, Texas R NE) P6 Latitude Water Level Observations (feet) Date 32.728520 N While Drilling SZ 2 5-15-24 Longitude At Completion Not Observed -97.56691 ° W End of Day Not Measured o y = CVl a y EQ C Z>p .04 VIL •G> Oya E ad Stratum Description o r'a p== p £C � 0) a N j V(D r MU Approximate Surface Elevation = 913.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o a o D 0 N 0 GRAVELLY FAT CLAY (CH) - light brown, tan, with calcareous nodules and limestone fragments 911.0 WEATHERED LIMESTONE - tan 900.0 LIMESTONE - gray 15 20--=-� S 2 J T /\,888.0 Boring Terminated at Approximately 25 Feet Proposed Elevation = 928.1 Feet Approximate Grading = 15.1 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 2.50 77 50-22-28 20 17 50/2" 26 50/1" 50/1" 50/1" 50/1" 50/1" 50/1" Plate A.64 Drilling Method: Continuous Flight Augers Log Project No. RWB-13 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway P6 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72818' N While Drilling Not Observed 5-9-24 Longitude At Completion Not Observed R NE ') E N G E E R� nnw�fwcwnu.m -97.566560 W End of Day Not Measured y O N y = C T do .2 a dy O s.£ ` J coy w Stratum Description z o �= _ o a o 0 N £ d d y F C N y> N d Approximate Surface Elevation = 916.0 feet 3: O a m d d a W �' a m LL-PL-PI a 3 M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 1.50 24 914.0 SANDY LEAN CLAY (CL) -light brown, tan, with calcareous nodules and limestone fragments 2.00 55 34-17-17 15 % 5 — 4.5+ 35 1 2.50 29 908.0 LIMESTONE - gray, highly argillaceous 50/5" 26 10--= 15 50/11, 30 S E"96.0 50/0" 24 > 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 932.6 Feet Approximate Grading = 16.6 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Dylan - DAS Plate A.65 Drilling Method: Continuous Flight Augers Log Project No. RWB-14 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway P6 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.728580 N While Drilling Not Observed 5-9-24 Longitude At Completion Not Observed R NE E N G E E R I N G AnRMACampany -97.566570 W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ coy w E °' Stratum Description -J z o== 0 N E d d y F C N y> N d Approximate Surface Elevation = 912.0 feet 3: O m a W a m LL-PL-PI M rn —I—X LIMESTONE - gray, highly argillaceous 50/0" 15 50/1" 24 42-20-22 34 5_=u 50/1" 22 S� 50/1" 21 50/2" 28 10-- x 50/11, 29 15�\ Z Z —XZ92.0 50/1" 17 > 20 Boring Terminated at Approximately 20 Feet Proposed Elevation = 930.9 Feet Approximate Grading = 18.9 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual. Driller: Dylan - DAS Plate A.66 Drilling Method: Continuous Flight Augers Log Project No. RWB-15 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway P6 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72901 ° N While Drilling Not Observed 5-9-24 Longitude At Completion Not Observed R NE ') E N G E E R � AnRMACamparry -97.566600 W End of Day Not Measured y O N y = C T do .2 a dy O s.£ ` J coy w Stratum Description z o �= _ o a o N £ d d y N 0 Approximate Surface Elevation = 909.0 feet 3: O F m C N a W y> a m LL-PL-PI d M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 4.25 27 907.0 SANDY LEAN CLAY (CL) -light brown, tan, with calcareous nodules and limestone fragments 2.75 50 47-20-27 16 5— 3.50 12 10- 15- 20 903.0 WEATHERED LIMESTONE - tan, occasional clay seams 891.0 LIMESTONE - gray, highly argillaceous 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 924.5 Feet Approximate Grading = 15.5 Feet Fill 50/1" 610JAN 50/2" 50/2" 17 14 32 20 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Dylan - DAS Plate A.67 Drilling Method: Continuous Flight Augers Log Project No. RWB-16 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway Fort Worth, Texas R NE) P6 Latitude Water Level Observations (feet) Date 32.72943' N While Drilling Not Observed 5-10-24 AnRMACamparry Longitude At Completion Not Observed -97.56671 ° W End of Day Not Measured o y = a tad y EG C ZNp .04 VIL ON C Stratum Description o r'a o= = yCdVl o £~C N 0) Q a N j V(D w� Approximate Surface Elevation = 906.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 FAT CLAY WITH SAND (CH) - light brown, tan, with calcareous nodules and limestone fragments 904.0 WEATHERED LIMESTONE - tan N 0 J � /887.0 �X�-B860 LIMESTONE -gray 20 .Boring Terminated at Approximately 20 Feet Proposed Elevation = 922.3 Feet Approximate Grading = 16.3 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 3.50 85 53-20-33 27 50/1" 15 50/1" 24 50/1" 12 50/2" 18 50/2" 26 50/1" 13 Plate A.68 Drilling Method: Continuous Flight Augers Log Project No. RWB-17 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway P6 Fort Worth, Texas Latitude Water Level Observations (feet) Date 32.72981 ° N While Drilling Not Observed 5-10-24 Longitude At Completion Not Observed R NE ') E N G E E R � AnRMACamparry -97.56691 ° W End of Day Not Measured y O N y = C T o �_c > .2 a t> dy E } O Z s.£ J coy w E °' Stratum Description -J z o== o a ; o N E d d y N 0 Approximate Surface Elevation = 902.0 feet 3: O F a m C N d d a W y> �' a m LL-PL-PI d a 3 M rn FAT CLAY (CH) - dark brown, brown, few calcareous nodules 4.5+ 900.0 E/// LEAN CLAY WITH SAND (CL) -light brown, tan, with calcareous nodules and limestone fragments 4.00 25 18 5 — 4.00 76 39-16-23 16 4.5+ 894.0 WEATHERED LIMESTONE -tan a J 884.0 LIMESTONE - gray 20 � 82.0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 920.4 Feet Approximate Grading = 18.4 Feet Fill 610YAN 50/3" 50/1" 17 30 9 23 Material boundaries are approximate; in situ, transitions may be qradual. Driller: Dylan - DAS Plate A.69 Drilling Method: Continuous Flight Augers Log Project No. RWB-18 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway Fort Worth, Texas R NE) P6 Latitude Water Level Observations (feet) Date 32.73041 ° N While Drilling Not Observed 5-10-24 AnRMACamparry Longitude At Completion Not Observed -97.567260 W End of Day Not Measured o y y N y = C a C T t ~ '� G d �p Nam' IL N y V 1=y C Z .04 rJ V d .� y O C N a ;� Stratum Description z o r= =o a y o d N£ > d d (D 'a a N j Vl y V wf0s Approximate Surface Elevation = 894.0 feet 3: O 4)i a16i to a W � d a m c 3 LL-PL-PI M rn o c o D 0 FAT CLAY WITH SAND (CH) - dark brown, brown, few calcareous nodules 2.00 79 53-26-27 21 2u 892.0 GRAVELLY LEAN CLAY (CL) -light brown, tan, with — / calcareous nodules and limestone fragments 4.5+ 890.0 / WEATHERED LIMESTONE - tan .0 LIMESTONE - gray 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 917.1 Feet Approximate Grading = 23.1 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 50/1" 50/1" N'147AN 50/11, 50/1" 15 28 23 20 27 32 Plate A.70 Drilling Method: Continuous Flight Augers Log Project No. RWB-19 24-28748 Walsh Ranch Phase PA5 Walls and Bridges Boring Location South and West of Walsh Ranch Parkway Fort Worth, Texas R NE) P6 Latitude Water Level Observations (feet) Date 32.730800 N While Drilling Not Observed 5-15-24 AnRMACamparry Longitude At Completion Not Observed -97.567380 W End of Day Not Measured o y = a tad y EG C ZNp .04 VIL •y� ON C ; Stratum Description o r'a o= = yCdVl o £~C N 0) Q a N j V(D w� Approximate Surface Elevation = 891.0 feet 3: O 4) m a W a m c LL-PL-PI M rn o co D 0 LEAN CLAY WITH SAND (CL) - light brown, tan, with calcareous nodules and limestone fragments 2.25 73 39-19-20 19 4.5+ 20 887.0 WEATHERED LIMESTONE - tan 50/2" 27 N 0 0 zu 0 Boring Terminated at Approximately 20 Feet Proposed Elevation = 910.0 Feet Approximate Grading = 19.0 Feet Fill Material boundaries are approximate; in situ, transitions may be qradual Driller: Dylan - DAS 50/1" 50/1" 50/11, 50/1" Plate A.71 Drilling Method: Continuous Flight Augers SOIL OR ROCK TYPES .t'~%ot ��� Undocumented Fill Lean Clay (CL) Gravelly Lean Clay (CL) Fat Clay (CH) Gravelly Fat Clay (CH) Clayey Gravel (GC) Silt (ML) IPoorly -Graded Sand (SP) a Well -Graded Sand (SW) Clayey Sand (SC) ��'Ja� Well -Graded Gravel (GW) Marl Weathered Shale Shale Weathered Limestone I I I Limestone I I BONE ENG E E ai t�4 DRILLING AND SAMPLING METHODS i Shelby Split Texas Tube Spoon Cone Pen I H CFA HSA Rock Core TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Consistency Penetrometer Reading, (tsf) Very Soft < 0.5 Soft 0.5 to 1.0 Firm 1.0 to 2.0 Hard 2.0 to 4.0 Very Hard > 4.0 Coarse Grained Soils (More than 50 % Retained on No. 200 Sieve) Penetration Resistance (Blows / Foot) 0 to 4 4to10 10 to 30 30 to 50 Over 50 Soil Structure Calcareous Slickensided Laminated Fissured Interbedded Descriptive Item Very Loose Loose Medium Dense Dense Very Dense Unconfined Compression, (psf) < 1000 1000 to 2000 2000 to 4000 4000 to 8000 > 8000 Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that ate slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Composed of alternated layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to hard in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.72 Major Divisions SG/rp. Typical Names m Well graded gravels, N GW gravel -sand mixtures, o little or no fines .u, Poorly graded gravels, 00 4- U J GP gravel -sand mixtures, > � little or no fines o > Z M ov "t a (Do Z U) GM Silty gravels, gravel - r�o/� .� ° sand - silt mixtures � o � c (0 co ?� O O (D o > 0 GC Clayey gravels, gravel a)0 o Q - sand - clay mixtures //> Co O E U U) SW Well graded sands, o a)-0 gravelly sands, little or 0 ,0 N M °c no fines > ° Poorly graded sands, U ) m U Sp gravelly sands, little or ° no fines ° M O Z E u) , _ m SM Silty sands, sand silt ca mixtures N "= U O ° ( ° Clayey sands, sand E Q _. SC clay mixtures cn ca Inorganic silts and very fine ML sands, rock flour, silty or clayey fine sands, or clayey <n — silts with slight plasticity o U Inorganic clays of low to N M — rZCL medium plasticity, gravelly 5 clays, sandy clays, silty Zp clays, and lean clays �. OL Organic silts and organic (n silty clays of low plasticity = a� UJ Inorganic silts, micaceous ( L MH or diatomaceous fine sandy U)� or silty soils, elastic silts 0 ' m U _ E CH Inorganic clays of high O ca = plasticity, fat clays U -o_5 o J -' OH Organic clays of medium to high plasticity, organic silts C (0 L (D o C :EM— fn Pt Peat and other highly 2) O o organic soils Laboratory Classification Criteria RONE ENG EE RING .o cC D6G - greater than 4: C = ------ between 1 and 3 U Do D x D10 80 a) cc Not meeting all gradation requirements o ^ 0 for GW (3 �° ca cUn 5, Liquid and Plastic limits Liquid and plastic N .� below "A" line or P.I. limits plotting in � o a V -0 greater than 4 hatched zone N (D O °, between 4 and 7 °' Z 3: 2 :L Liquid and Plastic limits are borderline o(D0' above "A" line with P.I. cases requiring use greater than 7 of dual symbols E : M CU greater than 6: C� -- between 1 and 3 .o po D x 70 c m _0 (m0 Not meeting all gradation requirements o Cn o °; m for SW fa CU U) L Q y 0- N O o LO Liquid and Plastic limits Liquid and plastic L m 0- below "A" line or P.I. limits plotting m C M ++ "- N less than 4 between 4 and 7 ID (D o ° are borderline � 53 E -a �, Lf) Liquid and Plastic limits cases requiring use above "A" line with P.I. of dual symbols p 0 greater than 7 .P 50 u 40 0 z 2 30 nQ_ cl CL ZL-ML / 0 / 0 10 20 30 40 50 60 70 80 90 100 LIQUID LIMIT PLASTICITY CHART UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.73 N E Consolidated-Undrained Triaxial Compression Test for Cohesive Soils - Multi -Stage (ASTM D4767) Project Name Project No. 24-28748 Sample RWB1-5A, 18-20' Start Date May 16, 2024 Complete Date May 29, 2024 Specimen Informatio Description CLAY (CH), Dark Gray, fine silt, calcareous Sample Type Intact Diameter (in) 2.73 Height (in) 5.44 Weight (g) 1050.75 +� Density (pcf) 101.0 Moisture (%) 24.2 Saturation (%) 100.5 Void Ratio, (e) 0.64 Diameter (in) 2.91 Height (in) 4.84 Weight (g) 1043.70 c Density (pcf) 99.1 Moisture (%) 25.1 Saturation (%) 99.3 Void Ratio, (e) 0.67 USCS Class CH Gravity (G.) assumed 2.65 Liquid Limit 64 Plasticity Index 43 Plastic Limit 21 Passing 200 (°/a) 86.7 Failure Criterion (Max Ratio) Cell Pressure (psi) Back Pressure (psi) Eff. Cons. Stress (psi) a1 / a3 94.8 86.6 8.2 24.3 20.1 all / a3 103.3 87.1 16.3 31.9 125.0 all / a3 106.6 74.1 31.8 61.31 45.4 a1 / a'1 at Failure (psi) 93 / a'3 at Failure (psi) 8.1 3.9 15.3 8.4 31.3 15.4 Rate of Strain (°/a/min) 0.1 . 00 0.8 0 1. 00 Axial Strain at Failure (°/a) 1.7 3.1 3.0 B-Value (End of Saturation) 0.98 0.98 0.98 Deviator Stress (psi)' 16.2 16.6 30.0 Cross -Sectional Area (cm2) 6.6 6.6 6.6 Young's Modulus (E) (ksi) 1.58 1.19 2.72 Radial Stress (psi) 94.8 103.4 105.9 Consolidation (psi) 8.2 16.3 31.8 Initial Pore Pressure (psi) 86.6 87.1 74.1 Shear Stress (psi)' 8.1 8.3 15.0 Pore Press. at Failure (psi) 4.2 6.9 15.9 Effective Total _ _ Line K Slope 0.438 0.253 Cohesion (psi) 2.6 3.5 Angle of Friction (°) 23.6 14.2 Report Date Tested By M. Nabi Checked By D. Hubbard Approved By 40 •y 30 / - a ti N N � 20 10 I� , S tl \ 0 10 20 30 40 50 60 Stress a (psi) Stage 1 Effective Stage 2 Effective - - Stage 1 Total Stage 2 Total 16 _ 14 / 12 / = 10 --- -- ---- - N / 8 8 - a 4 : - 2 ' 0 0 10 20 30 p' (psi) Stage 1 Stage 2 70 80 Stage 3 Effective Stage 3 Total Stage 3 40 20 .S15 H N d 10 L N 5 R / s to 0 0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 Axial Strain s (%) Stage 1 Stage 2 Stage 3 Plate A.74a ROVE Consolidated-Undrained Triaxial Compression Test for Cohesive Soils - Multi -Stage (ASTM D4767) Project Name Walsh Ranch, Phase-PA5, Walls & Bridges Project No. 24-28748 Report Date Sample RWB3-5A , 6-8' Tested By M. Nabi Start Date May 16, 2024 Checked By D. Hubbard Complete Date May 23, 2024 Approved By nen Information 80 ;ription CLAYEY GRAVEL, Tan, with much stone fragments 70 ple Type Intact ` ^ +j •y 60 teter (in) 2.76 a 50 ht (in) 5.44 USCS Class CN L f/r Iht (g) 1207.97 Gravity (Gs) assumed 2.65 i 40 ;ity (pcf) 126.4 Liquid Limit 33 1A ture (%) 11.6 Plasticity Index 20 t 30Ile � , ration (%) 100.1 Plastic Limit 13 N 20.-- a �- - Ratio, (e) 0.31 Passing 200 (%) 51.4 ► !� teter (in) 2.82 10 ht (in) 5.08 0 ---- - -- - ---� Iht (g) 1202.30 0 10 20 30 40 50 60 70 80 >ity (pcf) 129.5 Stress 6 (psi) ture Stage 1 Effective Stage 2 Effective Stage 3 Effective ration (%) 106.5 _ _ _ Stage 1 Total Stage 2 Total Stage 3 Total Ratio, (e) 0.28 Test Information Stage 1 Stage 2 Stage 3 Failure Criterion (Max Ratio) a, / a3 al / a3 all / a3 Cell Pressure (psi) 84.2 90.8 104.9 Back Pressure (psi) 76.0 76.1 76.3 H Eff. Cons. Stress (psi) 8.1 14.9 28.5 a, / a'1 at Failure (psi) 18.5 13.3 30.3 20.6 72.4 a3 / a'3 at Failure (psi) 7.9 2.7 14.9 5.2 28.7 156.7 13.0 Rate of Strain (%/min) 0.5 0 0.7 0 0.500 Axial Strain at Failure (%) 2.1 3.0 2.1 B-Value (End of Saturation) 0.98 0.98 0.98 Deviator Stress (psi)* 10.6 15.4 43.8 Cross-Sectional Area (cm2) GlAnale 6.3 6.3 6.3 ung's Modulus (E) (ksi) 1.00 1.06 4.67 adial Stress (psi) 84.1 90.9 104.8 onsolidation (psi) 8.1 14.9 28.5 tial Pore Pressure (psi) 76.0 76.1 76.3 ear Stress (psi)* 5.3 7.7 21.9 re Press. at Failure (psi) 5.2 9.7 15.8 Effective Total ne K Slope 0.804 0.514 ohesion (psi) 0.0 -1.8 of Friction (°) 38.8 27.2 25 20 -- --- --- -- N 15 --- --- --- a a 10 �! 5 Q 0 0 10 20 30 40 P, (psi) Stage 1 Stage 2 Stage 3 25 7)• 20 f w 15 10 r 5 m r w 0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 Axial Strain s (%) Stage 1 Stage 2 Stage 3 Plate A.74b R hl E t i i f. M4 Consolidated-Undrained Triaxial Compression Test for Cohesive Soils - Multi -Stage (ASTM D4767) Project Name Walsh Ranch, Phase-PA5 Project No. 24-28748 Report Date Sample RWB3-5A & Depth 4-6' Tested By M. Nabi Start Date June 20, 2024 Checked By D. Hubbard Complete Date July 3, 2024 Approved By Specimen Information Description CLAY, Tan, with much gravels or LS fragments. Sample Type I Intact Diameter (in) 2.73 Height (in) 5.63 Weight (g) 1217.64 +a Density (pcf) 124.6 Moisture (%) 12.7 Saturation (%) 103.0 Void Ratio, (e) 0.33 Diameter (in) 2.90 Height (in) 5.07 Weight (g) 1218.14 e Density (pcf) 123.4 Moisture (%) 12.8 Saturation (%) 99.5 Void Ratio, (e) 0.34 USCS Class CL Gravity (Gs) assumed 2.65 Liquid Limit 32 Plasticity Index 17 Plastic Limit 14 Passing 200 (%) 58.8 .y C. N m N m m s 90 80 70 60 50 40 30 20 10 0 0 10 20 30 40 50 60 70 80 Stress a (psi) Stage 1 Effective Stage 2 Effective Stage 1 Total - - - Stage 2 Total 1' 90 100 110 120 Stage 3 Effective Stage 3 Total Test Information Stage 1 Stage 2 Stage 3 35 Failure Criterion (Max Ratio) v1 / a3 v1 / a3 at / a3 30----------------� -- Cell Pressure (psi) 72.6 87.8 107.4 25 / � Back Pressure (psi) CO Eff. Cons. Stress (psi) 67.2 5.1 67.3 20.3 67.3 39.9 us ----------- 20a a 15 -------------f---- r � -- --- T Q, / Q', at Failure (psi) Q3 / a'3 at Failure (psi) 17.9 18.0 5.0 5.1 43.1 36.5 20.0 13.4 100.2 83.2 39.8 22.8 10 i 5 --- i} � / -- ---- Rate of Strain (%/min) 0.6b0 0.6b0 0.9b0 0• Axial Strain at Failure (%) 2.0 3.5 4.4 0 10 20 30 40 50 60 B-Value End of Saturation ( ) 0.99 0.99 0.99 Stage 1 P, (psi) Stage 2 Stage 3 Deviator Stress (psi)` 12.9 23.1 60.4 oCross -Sectional Area (cm2) 6.6 6.6 6.6 Young's Modulus (E) (ksi) 0.95 1.29 6.77 35 , Radial Stress (psi) 72.3 87.5 107.2 Q 30 Consolidation (psi) 5.1 20.3 39.9 H 25 Initial Pore Pressure (psi) 67.2 67.3 67.3 w 20 / Shear Stress (psi)* 6.5 11.6 30.2 ."�. 15 Pore Press. at Failure (psi) 0.0 6.6 17.0 to 10 1 Effective Total tsn 5 w Line K Slope 0.714 0.455 0 " " ..... ......... ......... ......... .......... S Cohesion (psi) 1.7 0.4 0.0 1.0 2.0 3.0 4.0 5.0 cc Angle of Friction g (�) 355 245 Axial Strains (%) .. Stage 1 Stage 2 Stage 3 Remarks Plate A.74c R J-5 Consolidated-Undrained Triaxial Compression Test for Cohesive Soils - Multi -Stage (ASTM D4767) Project Name Walsh Ranch, Phase-PA5, Bridges & Walls. Project No. 24-28748 Report Date Sample RWB7-5A and Depth 6-8' Tested By M. Nabi Start Date May 23, 2024 Checked By D. Hubbard Complete Date June 6, 2024 Approved By Specimen Information Description 'CL), Grayish Brown, with silty sand & calcareous nc Sample Type Intact Diameter (in) 2.85 Height (in) 5.41 USCS Class CL Weight (g) 1200.30 Gravity (Gs) assumed 2.65 �.. Density (pcf) 113.3 Liquid Limit 37 Moisture (%) 16.6 Plasticity Index 21 Saturation (%) 95.7 Plastic Limit 15 Void Ratio, (e) 0.46 Passing 200 (%) 69.9 Diameter (in) 3.00 Height (in) 4.76 Weight (g) 1192.78 Density (pcf) 116.9� Moisture (%) 15.7 ter~ Saturation (%) 100.4 Mng �s Void Ratio, (e) 0.41 Test Information Stage 1 Stage 2 Stage 3 Failure Criterion (Max Ratio) at / a3 a, / a3 at / a3 Cell Pressure (psi) 74.9 80.4 95.1 rt Back Pressure (psi) 66.5 66.5 66.5 `n Eff. Cons. Stress (psi) 8.2 14.3 28.5 a, / a', at Failure (psi) 22.4 18.5 39.7 34.8 60.3 47.7 Q3 / a'3 at Failure (psi) 8.3 4.3 14.2 9.3 28.5 15.9 Rate of Strain (%/min) 0.500 0A0 1.0b0 Axial Strain at Failure (%) 3.1 2.7 3.2 B-Value (End of Saturation) 0.99 0.99 0.99 Deviator Stress (psi)` 14.1 25.4 31.8 oCross -Sectional Area (Cm2) 7.1 7.1 7.1 Young's Modulus (E) (ksi) 0.91 2.05 2.60 Radial Stress (psi) 74.7 80.8 95.0 Consolidation (psi) 8.2 14.3 28.5 Initial Pore Pressure (psi) 66.5 66.5 66.5 Shear Stress (psi)* 7.1 12.7 15.9 Pore Press. at Failure (psi) 4.0 4.9 12.6 Effective Total w Line K Slope 0.477 0.306 y Cohesion (psi) 2.7 3.5 cc Angle of Friction (°) 25.5 17.0 Remarks 40 y 30 a H N 20 10 - 0 10 20 30 40 50 60 70 80 Stress or (psi) Stage 1 Effective Stage 2 Effective Stage 3 Effective - - - Stage 1 Total Stage 2 Total Stage 3 Total 20 15 .7 i a 10 5 � I �1 0 0 10 20 30 40 p' (psi) Stage 1 Stage 2 Stage 3 20 .N a 15 H N d 10 L - N d 5 s 0 0.0 0.5 1.0 1.5 2.0 2.5 3.0 3.5 Axial Strain s (%) Stage 1 Stage 2 Stage 3 Plate A.75d R hl E t i i f. M4 Consolidated-Undrained Triaxial Compression Test for Cohesive Soils - Multi -Stage (ASTM D4767) Project Name Walsh Ranch, Phase-PA5 Project No. 24-28748 Report Date Sample RWB9-5A & Depth 6-8' Tested By M. Nabi Start Date June 20, 2024 Checked By D. Hubbard Complete Date July 5, 2024 Approved By Specimen Information 90 Description CLAY, Tan, with fine silt, pea -gravels. 80 Sample Type Intact .y 70 Diameter (in) 2.60 a 60�~ H Height (in) 5.61 USCS Class CL N 50 Weight (g) 1044.14 Gravity (Gs) assumed 2.65 +a Density (pcf) 114.9 Liquid Limit 39 @ 40 J� Moisture (%) 16.2 Plasticity Index 24 s 30 ri�•1 Saturation (%) 98.0 Plastic Limit 15 20 Void Ratio, (e) 0.44 Passing 200 (%) 64.2 ♦ " Diameter (in) 2.70 10 Height (in) 4.96 - 0 _ Weight (g) 1029.54 0 10 20 30 40 50 60 70 80 90 100 110 120 S Density (pcf) 121.4 a rp,.6 •- Stress v (psi) Moisture (%) 14.3 Stage 1 Effective Stage 2 Effective Stage 3 Effective Saturation (%) 104.3 - - _ _ _ Stage 1 Total - - - Stage 2 Total - - - Stage 3 Total Void Ratio, (e) 0.36 Test Information Stage 1 Stage 2 Stage 3 40 35 Failure Criterion (Max Ratio) v1 / a3 a, / a3 a1 / a3 30 Cell Pressure (psi) 79.1 91.5 105.1 = 25 �' rt Back Pressure (psi) 66.4 66.7 57.0 ? 20 / `n Eff. Cons. Stress (psi) 12.8 24.6 48.1 a' 15 i a, / a', at Failure (psi) 29.7 24.4 59.7 54.6 115.5 103.3 10 Q3 / a'3 at Failure (psi) 12.8 7.5 24.4 19.3 47.7 35.4 5 Rate of Strain (%/min) 0A0 0.9b0 1.0b0 0 . . • . Axial Strain at Failure (%) 3.1 3.5 3.4 0 20 40 60 80 B-Value End of Saturation 0.99 0.99 0.99 _ P, (psi) ( ) Stage 1 Stage 2 Stage 3 Deviator Stress (psi)` 16.9 35.3 67.8 oCross -Sectional Area (cm2) 5.7 5.7 5.7 Young's Modulus (E) (ksi) 1.15 2.32 6.03 40 Radial Stress (psi) 79.3 91.3 105.1 0 Consolidation (psi) 12.8 24.6 48.1 .530 - H Initial Pore Pressure (psi) 66.4 66.7 57.0 w m 20 Shear Stress (psi)* 8.4 17.7 33.9 N Pore Press. at Failure (psi) 5.4 5.1 12.3 "M 10 Effective Total tsn In Line K Slope 0.545 0.464 0 S Cohesion (psi) 0.6 0.4 0.0 1.0 2.0 3.0 4.0 cc Angle of Friction .. Axial Strains (%) g (�) 286 249 Stage 1 S[age 2 Stage 3 Remarks Plate A.74e R hl E t i i f. M4 Consolidated-Undrained Triaxial Compression Test for Cohesive Soils - Multi -Stage (ASTM D4767) Project Name Project No. 24-28748 Report Date Sample RWB28-5A, Depth 8-10' Tested By M. Nabi Start Date May 17, 2024 Checked By D. Hubbard Complete Date May 31, 2024 Approved By Specimen Information 40 Description CLAY, Tan, fine silt & occasional pea -gravels. Sample Type Intact y 30 Diameter (in) 2.75 a H Height (in) 5.43 USCS Class CH y Weight (g) 1030.60 Gravity (GS) assumed 2.65 20 +a Density (pcf) 95.7 Liquid Limit 66 to Moisture (%) 27.1 Plasticity Index 42 y Ov Saturation (%) 98.7 Plastic Limit 24 10 �` \ Void Ratio, (e) 0.73 Passing 200 (%) 95.0 Diameter (in) 2.82 Height (in) 4.94 0 Weight (g) 1015.26 0 10 20 30 40 50 60 70 80 90 100 110 120 e Density (pcf) 97.5 4 Stress a (psi) Moisture %�" ( ) 28'8 n - Stage 1 Effective Stage 2 Effective Stage 3 Effective Saturation (%) 109.7 - - - Stage 1 Total - - - Stage 2 Total - - Stage 3 Total Void Ratio, (e) 0.70 - Test Information Stage 1 Stage 2 Stage 3 20 Failure Criterion (Max Ratio) v1 / a3 v1 / a3 a1 / a3 15 / Cell Pressure (psi) 84.0 101.8 105.8 rt Back Pressure (psi) 67.6 66.8 40.0 0 10 / "3 Eff. Cons. Stress (psi) 16.3 34.9 65.7 a a, / a', at Failure (psi) 30.6 24.0 59.0 43.3 102.8 87.2 5 Q3 / a'3 at Failure (psi) 15.9 9.3 34.9 19.2 65.3 49.7 Rate of Strain (%/min) 0A0 0.8b0 1.0b0 0 Axial Strain at Failure (%) 2.4 2.5 2.3 0 20 40 60 80 B-Value End of Saturation 0.96 0.96 0.96 P, (psi) ( ) Stage 1 Stage 2 Stage 3 Deviator Stress (psi)` 14.6 24.1 37.5 oCross -Sectional Area (cm2) 6.2 6.2 6.2 Young's Modulus (E) (ksi) 1.48 2.68 4.03 _ 20 Radial Stress (psi) 83.9 101.7 105.7 0 Consolidation (psi) 16.3 34.9 65.7 .5 15 H Initial Pore Pressure (psi) 67.6 66.8 40.0 w m 10 Shear Stress (psi)* 7.3 12.0 18.8 N Pore Press. at Failure (psi) 6.6 15.7 15.6 `m 5 Effective Total In Line K Slope 0.218 0.191 0 ' ' ' ' ' ' ' ' S Cohesion (psi) 4.5 3.1 0.0 0.5 1.0 1.5 2.0 2.5 3.0 cc of 10.Axial Strain s Anglef Friction 128 (%) (v) Stage 1 Stage 2 Stage 3 Remarks Plate A.74f R J-5 Consolidated-Undrained Triaxial Compression Test for Cohesive Soils - Multi -Stage (ASTM D4767) Project Name Project No. 24-28748 Report Date Sample RWB3-513, Depth 4-6' Tested By M. Nabi Start Date May 17, 2024 Checked By D. Hubbard Complete Date May 31, 2024 Approved By Specimen Information Description CLAY, Olive Black, with limestone fragments. Sample Type Intact Diameter (in) 2.84 Height (in) 5.43 Weight (g) 1227.70 +a Density (pcf) 117.8 Moisture (%) 15.2 Saturation (%) 99.6 Void Ratio, (e) 0.40 Diameter (in) 2.92 Height (in) 5.04 Weight (g) 1220.60 Density (pcf) 120.3 Moisture (%) 14.5 Saturation (%) 102.6 Void Ratio, (e) 0.37 USCS Class CL Gravity (Gs) assumed 2.65 Liquid Limit 46 Plasticity Index 30 Plastic Limit 16 Passing 200 (%) 65.1 Test Information Stage 1 Failure Criterion (Max Ratio) a, / a3 Cell Pressure (psi) 71.9 rt Back Pressure (psi) 66.7 `0 Eff. Cons. Stress (psi) 5.3 a, / a', at Failure (psi) 17.8 15.0 Q3 / a'3 at Failure (psi) I 5.2 2.5 Rate of Strain (%/min) 0.6b0 Axial Strain at Failure (%) 2.2 B-Value (End of Saturation) 0.98 Deviator Stress (psi)` 12.5 oCross -Sectional Area (cm2) 6.7 Young's Modulus (E) (ksi) 0.99 Radial Stress (psi) 72.0 Consolidation (psi) 5.3 Initial Pore Pressure (psi) 66.7 Shear Stress (psi)* 6.3 Pore Press. at Failure (psi) 2.7 Effective w Line K Slope 0.788 y Cohesion (psi) 0.8 � Angle of Friction (°) 38.3 Remarks Stage 2 a,/ a3 106.9 65.9 41.5 61.6 25.4 41.6 5.5 0.7b0 0.9 0.98 20.0 6.7 1.95 107.3 41.5 65.9 10.0 36.2 Stage 3 a,/a3 107.5 28.1 79.6 148.7 88.9 79.9 20.1 1.2b0 1.8 0.98 68.8 6.7 6.22 107.7 79.6 28.1 34.4 59.8 Total 0.293 0.2 16.3 140 130 120 7 110 u 100 N 90 70 60 m 5040 30 20 10 0 0 10 20 30 40 50 60 70 80 90100110120130140150160170180 Stress a (psi) Stage 1 Effective Stage 2 Effective Stage 3 Effective Stage 1 Total Stage 2 Total Stage 3 Total 40 35 30 25 a 20 a 15 10 5 �. 0 0 20 40 60 80 100 p' (psi) Stage 1 Stage 2 Stage 3 40 N .530 H N d 20 N t`v 10 d s N o �...�.... �....�... 0.0 0.5 1.0 1.5 2.0 2.5 3.0 Axial Strain s (%) Stage 1 Stage 2 Stage 3 Plate A.74g R NE `- Consolidated-Undrained Triaxial Compression Test for Cohesive Soils - Multi -Stage (ASTM D4767) Project Name Project No. 24-28748 Report Date Sample RWB8-5C, depth 8-10' Tested By M. Nabi Start Date May 29, 2024 Checked By D. Hubbard Complete Date June 7, 2024 Approved By Specimen Information Description ;LAY, Tan, with fine silty sand & calcareous nodule Sample Type Intact Diameter (in) 2.77 Height (in) 5.44 USCS Class CH Weight (g) 1129.20 Gravity (Gs) assumed 2.65 +a Density (pcf) 109.1 Liquid Limit 51 Moisture (%) 20.5 Plasticity Index 34 Saturation (%) 105.5 Plastic Limit 17 Void Ratio, (e) 0.52 Passing 200 (%) 91.9 Diameter (in) 2.95 Height (in) 4.83 Weight (g) 1122.32 Density (pcf) 108.2 Moisture (%) 19.7 Saturation (%) 99.1 Void Ratio, (e) 0.53 Test Information Stage 1 Stage 2 Stage 3 Failure Criterion (Max Ratio) v1 / a3 v1 / a3 a1 / a3 Cell Pressure (psi) 83.0 99.7 106.1 rt Back Pressure (psi) 67.1 67.3 44.9 CO Eff. Cons. Stress (psi) 16.1 32.1 60.9 a, / a', at Failure (psi) 29.7 24.5 54.6 45.1 105.1 84.1 Q3 / a'3 at Failure (psi) 15.9 10.7 31.7 22.2 61.0 40.0 Rate of Strain (%/min) 0.600 1.2b0 1.0b0 Axial Strain at Failure (%) 2.7 4.1 4.1 B-Value (End of Saturation) 1.00 1.00 1.00 Deviator Stress (psi)` 13.8 22.9 44.1 oCross -Sectional Area (cm2) 6.8 6.8 6.8 Young's Modulus (E) (ksi) 1.13 1.86 3.59 Radial Stress (psi) 83.2 99.4 105.8 Consolidation (psi) 16.1 32.1 60.9 Initial Pore Pressure (psi) 67.1 67.3 44.9 Shear Stress (psi)* 6.9 11.5 22.1 Pore Press. at Failure (psi) 5.1 9.6 21.0 Effective Total w Line K Slope 0.367 0.262 y Cohesion (psi) 0.5 0.9 cc Angle of Friction (°) 20.1 14.7 Remarks 50 40 .y C. / N 30 N I 5D do 20 s � 10 + � r ` J 0 0 10 20 30 40 50 60 70 80 90 100 110 120 Stress v (psi) Stage 1 Effective - Stage 2 Effective Stage 3 Effective Stage 1 Total - - - Stage 2 Total Stage 3 Total 25 0 20 i •N 15 a a 10 5 0 25 00.20 i . . . . . . . . . . 0 20 40 60 80 p' (psi) Stage 1 Stage 2 Stage 3 N 10 (D 5 s 0.0 1.0 2.0 3.0 4.0 5.0 Axial Strain s (%) Stage 1 Stage 2 Stage 3 Plate A.74h R NE E N G E F R I N G RnRMAc-mw Project No. 24-28748 Sample No. RWB3-5B Depth (feet) 8-10' Trial No. Direct Shear Test Results Tested By M. Nabi Date 5/21/2024 Strength Parameter Peak Checked By D. Hubbard Date 5/29/2024 Cohesion (psf) 1,124 Description CLAY, Moderate Brown, with silty sand & pea-gr Friction Angle (deg.) 33 Plasticity Index 33 USCS CH Passing No. 200 73 -0.006 - Tria 11 -0.004 Trial 1 I 2 I 3 Trial Water Content (%) 17.4 16.6 19.0 = 0.002 N Dry Density (pcf) Initial 107.7 112.6 110.4 £ o.000 ,, I - "u VW VV Diameter (inch) 2.500 2.500 2.500 C ,,ii r V� Height (inch) 1.000 1.000 1.000 0 0.002 Water Content (%) 20.1 20.2 21.0 o.00a �v1� I At Test V Height (inch) 0.998 1.001 0.995 > 0.006 Normal Stress (psf) 591 1,203 2,404 Peak Failure Stress (psf) 1,536 1,841 2,679 0.008 0.00 0.05 0.10 0.15 0.20 0.25 Strain (%) 9.3 2.7 6.4 Horizontal Displacement (inch) 0 0 o -- N CO a Cq L i L ` � m o 0 0 500 1,000 1,500 2,000 2,500 3,000 3,500 Normal Stress (psf) • Peak Strength x Residual Strength - - - - Peak Strength Envelope: c = 1124 psf, phi = 33 degrees - - - Residual Strenqth Envelope: c = 1086 psf, phi = 32 deqrees 3.0 2.5 0.5 0.0 0.00 -Trial 1 - Trial2 Trial 3 0.05 0.10 0.15 0.20 0.25 Horizontal Displacement (inch) 0.30 0.30 Notes: Test results from geotac equipment using linear equation. Plate A.75a R NE E N G E F R I N G Direct Shear Test Results Project No. 24-28748 Tested By Date 5/21/2024 Strength Parameter Peak Sample No. RWB8-5B Checked By Date 5/30/2024 Cohesion (psf) 2,079 Depth (feet) 6-8' Description CLAY, Grayish Brown, with silty sand & pea-gra) Friction Angle (deg.) 42 Plasticity Index 35 USCS CL Passing No. 200 68 -0.015 - Tria 11 Trial No. 1 I 2 I 3 -0.010 Trial2 Trial 3 Water Content (%) 17.3 17.0 15.5 -0.005 Dry Density (pcf) 111.5 111.6 114.9 0 0.000 Initial Diameter (inch) 2.500 2.500 2.500 CL Height (inch) 1.000 1.000 1.000 0 0.005 Water Content (%) 20.7 21.0 18.9 0.010 At Test Height (inch) 1.001 0.987 1.002 0.015 Normal Stress (psf) 498 1,000 2,005 Peak Failure Stress (psf) 2,293 3,334 3,772 0.020 0.00 0.05 0.10 0.15 0.20 0.25 0.30 Strain (%) 3.3 9.8 10.0 Horizontal Displacement (inch) 0 0 4.0 0 0 3.5 LO - o 0 3.0 - -Trial 1 ,zrw a C .� v 2 5 - Trial2 CD_ ^ � �_� - Trial 3 y=�� 2.0 _ o ����� t 1.5 rn o0 1.0 _� 0 0 0.5 i 0 500 1,000 1,500 2,000 2,500 3,000 3,500 0.0 0.00 0.05 0.10 0.15 0.20 0.25 0.30 Normal Stress (psf) • Peak Strength Horizontal Displacement (inch) x Residual Strength - - - - Peak Strength Envelope: c = 2079 psf, phi = 42 degrees - - - Residual Strenqth Envelope: c = 1860 psf, phi = 41 deqrees Notes: Test results from geotac equipment using linear equation. Plate A.75b R NE E N G E E R 1 N G An RAKACompany Project No. 24-28748 Sample No. RWB9-5C Depth (feet) 13-15' Trial No. Direct Shear Test Results Tested By Date 6/25/2024 Strength Parameter Checked By Date 6/28/2024 Cohesion (psf) Description CLAY (CH), Tan, with fine silt & occasional calcz Friction Angle (deg.) Plasticity Index 37 USCS CH Passing No. 200 95 -0.012 - Tria 11 -0.010 Trial2 2 I 3 Trial3 Water Content (%) 17.4 16.6 15.5 d o.00s Initial Dry Density (pcf) Diameter (inch) 107.7 2.500 112.6 2.500 118.4 2.500 c 4 y 0.006 Height (inch) 1.000 1.000 1.000 o -0.004m Water Content (%) 20.1 19.5 19.6 d -0.002 - At Test Height (inch) 1.003 1.000 1.005 > 0.000 Normal Stress (psf) 802 1,605 3,208 Peak Failure Stress (psf) 1,927 2,676 2,940 0.002 0.00 0.05 0.10 0.15 0.20 Strain (%) 2.5 4.5 1.4 Horizontal Displacement (inch) M • N _ N O - T L - -. - -9 -- Cq o m o 0 0 500 1,000 1,500 2,000 2,500 3,000 3,500 4,000 4,500 Normal Stress (psf) Peak Strength x Residual Strength - - - - Peak Strength Envelope: c = 1794 psf, phi = 21 degrees - - - Residual Strenqth Envelope: c = 1905 psf, phi = -6 deqrees 3.5 3.0 N 2.5 � 2.0 1.5 1.0 0.5 0.0 Peak 1,794 21 0.25 0.30 -Trial 1 Trial 2 Trial 3 0.00 0.05 0.10 0.15 0.20 0.25 0.30 Horizontal Displacement (inch) Notes: Test results from geotac equipment using linear equation. Plate A.75c APPENDIX B RONE FIELD EXPLORATION Subsurface conditions were defined by 68 borings located as shown on the Boring Location Plan, Plate A.3. The borings were completed at locations identified in the field by Rone personnel. The borings were advanced between sample intervals using continuous flight auger drilling procedures. Field and laboratory test results, sample depth, description, and soil classification based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the logs are presented in Appendix A. Relatively undisturbed samples of cohesive soils were obtained using nominal 3-inch diameter tube samplers at the locations shown on the Logs of Boring. The tube sampler consists of a steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a 1/4 inch diameter piston is pushed into a relatively undisturbed sample at a constant rate to a depth of approximately 1/4 inch. The results of these tests are presented at the respective sample depths on the Logs of Boring. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Samples of stiff and/or granular materials were obtained using split -barrel sampling procedures in general accordance with ASTM D1586. In the split -barrel procedure, a disturbed sample is obtained in a standard 2-inch OD split -barrel sampler driven 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of the standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the logs of boring at the depth of sampling. The samples were sealed and returned to our laboratory for further examination and testing. Groundwater observations during and at completion of drilling are shown on the Logs of Boring. Upon completion of drilling, the boreholes were backfilled with auger cuttings to ground level. B.1 RONE LABORATORY TESTING Laboratory tests were performed on selected samples retrieved from the borings to evaluate the engineering characteristics of the subsurface materials, and to provide data for developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an engineering geologist or senior staff member in the field and/or the laboratory, and were later refined based on results of the laboratory tests performed. Classification Tests All recovered soil samples were classified and described, in part, using the Unified Soil Classification System (USCS). Visual classification of soils was verified by index testing, including natural moisture content determinations, Atterberg limits, and gradation tests (percent passing the No. 200 U.S. Standard Sieve). All testing was performed in general accordance with applicable American Society for Testing and Materials (ASTM) procedures as follows: Test ASTM Standard Number Atterberg Limits D4318 Percentage of Particles Passing the No. 200 Sieve D1140 Moisture Content D2216 Dry Unit Weight D2167 Unconfined Compression Strength Test - Soil In the unconfined compression test, a cylindrical specimen is subjected to axial load at a constant rate of strain until failure occurs. Strengths determined by this test are tabulated at their respective sample depths on the Logs of Boring. Results of natural moisture content and dry unit weight determinations are also tabulated at the respective sample depths on the logs. B.2 APPENDIX C . Pnnfnnhninni Cnninnnninn Dnnnnf The Geoprofessional Business Association (GBA) has prepared this advisory to help you — assumedly a client representative — interpret and apply this geotechnical-engineering report as effectively as possible. In that way, you can benefit from a lowered exposure to problems associated with subsurface conditions at project sites and development of them that, for decades, have been a principal cause of construction delays, cost overruns, claims, and disputes. If you have questions or want more information about any of the issues discussed herein, contact your GBA-member geotechnical engineer. Active engagement in GBA exposes geotechnical engineers to a wide array of risk -confrontation techniques that can be of genuine benefit for everyone involved with a construction project. Understand the Geotechnical-Engineering Services Provided for this Report Geotechnical-engineering services typically include the planning, collection, interpretation, and analysis of exploratory data from widely spaced borings and/or test pits. Field data are combined with results from laboratory tests of soil and rock samples obtained from field exploration (if applicable), observations made during site reconnaissance, and historical information to form one or more models of the expected subsurface conditions beneath the site. Local geology and alterations of the site surface and subsurface by previous and proposed construction are also important considerations. Geotechnical engineers apply their engineering training, experience, and judgment to adapt the requirements of the prospective project to the subsurface model(s). Estimates are made of the subsurface conditions that will likely be exposed during construction as well as the expected performance of foundations and other structures being planned and/or affected by construction activities. The culmination of these geotechnical-engineering services is typically a geotechnical-engineering report providing the data obtained, a discussion of the subsurface model(s), the engineering and geologic engineering assessments and analyses made, and the recommendations developed to satisfy the given requirements of the project. These reports may be titled investigations, explorations, studies, assessments, or evaluations. Regardless of the title used, the geotechnical-engineering report is an engineering interpretation of the subsurface conditions within the context of the project and does not represent a close examination, systematic inquiry, or thorough investigation of all site and subsurface conditions. Geotechnical-Engineering Services are Performed for Specific Purposes, Persons, and Projects, and At Specific Times Geotechnical engineers structure their services to meet the specific needs, goals, and risk management preferences of their clients. A geotechnical-engineering study conducted for a given civil engineer will not likely meet the needs of a civil -works constructor or even a different civil engineer. Because each geotechnical-engineering study is unique, each geotechnical-engineering report is unique, prepared solely for the client. Likewise, geotechnical-engineering services are performed for a specific project and purpose. For example, it is unlikely that a geotechnical- engineering study for a refrigerated warehouse will be the same as one prepared for a parking garage; and a few borings drilled during a preliminary study to evaluate site feasibility will not be adequate to develop geotechnical design recommendations for the project. Do not rely on this report if your geotechnical engineer prepared it: • for a different client; • for a different project or purpose; • for a different site (that may or may not include all or a portion of the original site); or • before important events occurred at the site or adjacent to it; e.g., man-made events like construction or environmental remediation, or natural events like floods, droughts, earthquakes, or groundwater fluctuations. Note, too, the reliability of a geotechnical-engineering report can be affected by the passage of time, because of factors like changed subsurface conditions; new or modified codes, standards, or regulations; or new techniques or tools. If you are the least bit uncertain about the continued reliability of this report, contact your geotechnical engineer before applying the recommendations in it. A minor amount of additional testing or analysis after the passage of time - if any is required at all - could prevent major problems. Read this Report in Full Costly problems have occurred because those relying on a geotechnical- engineering report did not read the report in its entirety. Do not rely on an executive summary. Do not read selective elements only. Read and refer to the report in full. You Need to Inform Your Geotechnical Engineer About Change Your geotechnical engineer considered unique, project -specific factors when developing the scope of study behind this report and developing the confirmation -dependent recommendations the report conveys. Typical changes that could erode the reliability of this report include those that affect: • the site's size or shape; • the elevation, configuration, location, orientation, function or weight of the proposed structure and the desired performance criteria; • the composition of the design team; or • project ownership. As a general rule, always inform your geotechnical engineer of project or site changes - even minor ones - and request an assessment of their impact. The geotechnical engineer who prepared this report cannot accept responsibility or liability for problems that arise because the geotechnical engineer was not informed about developments the engineer otherwise would have considered. Most of the "Findings" Related in This Report Are Professional Opinions Before construction begins, geotechnical engineers explore a site's subsurface using various sampling and testing procedures. Geotechnical engineers can observe actual subsurface conditions only at those specific locations where sampling and testing is performed. The data derived from that sampling and testing were reviewed by your geotechnical engineer, who then applied professional judgement to form opinions about subsurface conditions throughout the site. Actual sitewide-subsurface conditions may differ - maybe significantly - from those indicated in this report. Confront that risk by retaining your geotechnical engineer to serve on the design team through project completion to obtain informed guidance quickly, whenever needed. This Report's Recommendations Are Confirmation -Dependent The recommendations included in this report - including any options or alternatives - are confirmation -dependent. In other words, they are not final, because the geotechnical engineer who developed them relied heavily on judgement and opinion to do so. Your geotechnical engineer can finalize the recommendations only after observing actual subsurface conditions exposed during construction. If through observation your geotechnical engineer confirms that the conditions assumed to exist actually do exist, the recommendations can be relied upon, assuming no other changes have occurred. The geotechnical engineer who prepared this report cannot assume responsibility or liability for confirmation -dependent recommendations if you fail to retain that engineer to perform construction observation. This Report Could Be Misinterpreted Other design professionals' misinterpretation of geotechnical- engineering reports has resulted in costly problems. Confront that risk by having your geotechnical engineer serve as a continuing member of the design team, to: • confer with other design -team members; • help develop specifications; • review pertinent elements of other design professionals' plans and specifications; and • be available whenever geotechnical-engineering guidance is needed. You should also confront the risk of constructors misinterpreting this report. Do so by retaining your geotechnical engineer to participate in prebid and preconstruction conferences and to perform construction - phase observations. Give Constructors a Complete Report and Guidance Some owners and design professionals mistakenly believe they can shift unanticipated -subsurface -conditions liability to constructors by limiting the information they provide for bid preparation. To help prevent the costly, contentious problems this practice has caused, include the complete geotechnical-engineering report, along with any attachments or appendices, with your contract documents, but be certain to note conspicuously that you've included the material for information purposes only. To avoid misunderstanding, you may also want to note that "informational purposes" means constructors have no right to rely on the interpretations, opinions, conclusions, or recommendations in the report. Be certain that constructors know they may learn about specific project requirements, including options selected from the report, only from the design drawings and specifications. Remind constructors that they may perform their own studies if they want to, and be sure to allow enough time to permit them to do so. Only then might you be in a position to give constructors the information available to you, while requiring them to at least share some of the financial responsibilities stemming from unanticipated conditions. Conducting prebid and preconstruction conferences can also be valuable in this respect. Read Responsibility Provisions Closely Some client representatives, design professionals, and constructors do not realize that geotechnical engineering is far less exact than other engineering disciplines. This happens in part because soil and rock on project sites are typically heterogeneous and not manufactured materials with well-defined engineering properties like steel and concrete. That lack of understanding has nurtured unrealistic expectations that have resulted in disappointments, delays, cost overruns, claims, and disputes. To confront that risk, geotechnical engineers commonly include explanatory provisions in their reports. Sometimes labeled "limitations;' many of these provisions indicate where geotechnical engineers' responsibilities begin and end, to help others recognize their own responsibilities and risks. Read these provisions closely. Ask questions. Your geotechnical engineer should respond fully and frankly. Geoenviron mental Concerns Are Not Covered The personnel, equipment, and techniques used to perform an environmental study - e.g., a "phase -one" or "phase -two" environmental site assessment - differ significantly from those used to perform a geotechnical-engineering study. For that reason, a geotechnical-engineering report does not usually provide environmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated subsurface environmental problems have led to project failures. If you have not obtained your own environmental information about the project site, ask your geotechnical consultant for a recommendation on how to find environmental risk -management guidance. Obtain Professional Assistance to Deal with Moisture Infiltration and Mold While your geotechnical engineer may have addressed groundwater, water infiltration, or similar issues in this report, the engineer's services were not designed, conducted, or intended to prevent migration of moisture - including water vapor - from the soil through building slabs and walls and into the building interior, where it can cause mold growth and material -performance deficiencies. Accordingly, proper implementation of the geotechnical engineer's recommendations will not of itself be sufficient to prevent moisture infiltration. Confront the risk of moisture infiltration by including building -envelope or mold specialists on the design team. Geotechnical engineers are not building -envelope or mold specialists. DAM GEOPROFESSIONAL BUSINESS - ASSOCIATION Telephone: 301 /565-2733 e-mail: info@geoprofessional.org www.geoprofessional.org Copyright 2019 by Geoprofessional Business Association (GBA). Duplication, reproduction, or copying of this document, in whole or in part, by any means whatsoever, is strictly prohibited, except with GBM specific written permission. Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission of GBA, and only for purposes of scholarly research or book review. Only members of GBA may use this document or its wording as a complement to or as an element of a report of any kind. Any other firm, individual, or other entity that so uses this document without being a GBA member could be committing negligent GR-01 60 00 Product Requirements CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Class A (Sidewalk, ADA Ramps, Driveways, Curb/Guner, Median Pavement) 9/92022 03 30 00 Ma Design American carte C'sawy 30CAF029 9/92022 03 30 00 M. Design Argos DIOOOOO1043S 9/9/2022 03 30 00 M. Design Argos DIOOO0001055 6/24/2024 03 30 00 M. Design MR Town Concrete 302050-1 9/92022 03 30 00 M. Design Bum.. Texas 30U101AG 4/12024 03 30 00 M. Dcagn Bumco Texas 30USOOBG 9/92022 033000 M. Des Carder Concrete FWCC502001 9/92022 033000 M. Design Carder Concrete FWCC502021 9/92022 033000 Ma Design Charleys Concrete 3759 9/9/2022 033000 Ma Design Charleys Concrete 4502 9/92022 033000 Ma Design Chisholm Tral Rcdr Ma C13020AE 9/92022 033000 Ma Design City Concrete Company 30HA2011 9/92022 03 30 00 Ma Design Cow Town Rcdr Ma 253-W 9/92022 033000 Ma Design Cow To—Rcdr Ma 250 9/92022 033000 Ma Design Cow To—Rcdr Ma 350 1/29/2024 033000 Ma Design Espada Ready M. R3050AEWR 9/92022 03 30 00 Mix Design GCH Concrete Services GCH4000 9/92022 033000 Mix Design Holcn-SOR, We 1261 9/92022 033000 Mix Design Holcn-SOR, Jac 5177 9/92022 03 30 00 M. Design Holcim - SOR, Wc. 5409 9/92022 033000 M. Design Wgmm Concrete&Aggregates 2MWR-147QW5D5 9/9/2022 03 30 00 M. Design Ing = Concrete & Aggregates 2MWR-70J23504 4/72023 033000 M. Design Liquid Stone C301D 9/92022 03 30 00 M. Design Mart. Manctta R2136214 9/92022 03 30 00 M. Design Mart. Manetta R2136014 4/12023 03 30 00 M. Design Man. Mnetta R21361414 6/12023 03 30 00 M. Design Man. Mancha R2136R20 6/12023 033000 Ma Design Mart. Mancha R21361420 112/2022 033000 Ma Design Mal. Mancha R2141K24 8/42023 033000 Ma Design Marta, Manetta R2136R14 4/72023 03 30 00 Ma Design Martin Mancha R2136K14 9/92022 03 30 00 Ma Design Mat. Manetta R2131314 9/92022 03 30 00 Ma Design Mart. Manetta R2132214 9/92022 03 30 00 Ma Design Mart. Manctta D9490SC 10/4/2023 033000 Ma Design NBRReady Mue CLS A-YY 1 OA/2023 033000 Mix Design NBR Ready Mix CLS A -NY 033000 Mix Des.g Osbum 30A50MR 17/10/2023 I/18/2023 03 30 00 Mix Design Rapid Rcdr Mix RRM5020A 11/24/2023 03 30 00 M. Design Rapid Redi M. RRM5525A �9/9/2022 03 30 00 M. Design Redr-Mix IOLI1504 9/92022 03 30 00 Ma Design Redr-Min 10J11524 9/9/2022 03 30 00 M. Design Redr-Min VOJ11524 9/92022 03 30 00 M. Design SRM Concrete 30050 9/92022 03 30 00 M. Design Tarrant Concrete FW5025A 9/92022 03 30 00 M. Design Tarrant Concrete CP5020A 10/102/22 133110 Mw Design Taman Comets TCFW5020A 9/9/2022 033000 M. Design Tarrant Concrete FW5525A2 9/9/2022 3 30 00 033000 Ma Design Trin Ready Min 3020AE 9/9/2022 03 3000 Ma Design Tme Gnt Redr Ma 0250 230 9/9/2022 03 30 00 Ma DeZ Tme Gnt Redr M. 0250 2301 Class CB (In Manholes, Junction Boxes,k.ncasement. Blocicht, Collars, Liehtpc Ie Foundations) 9/92022 0330 00 Mu Design American Concrete Company 40CNF065 9/9/2022 03 30 00 M. Design Argos D70000001061 9/9/2022 03 30 00 M. Design Argos D70000001055 9/9/2022 03 30 00 Mu Design Argos DI000001615 9/92022 03 30 00 M. Design ChaWy's Cncretc 4502 9/92022 03 30 00 M. Design Bumco Texas 40U5OOBG 9/92022 03 30 00 M. Design Cow Town Rcdr M. 255-2 9/92022 033000 M. Design Cow Town Rcdr Ma 355 9/92022 03 30 00 Ma Design Cow Town Redr Ma 255 9/9/2022 03 30 00 Ma Design Cow Town Redr Ma 2" 9/92022 03 30 00 Ma Design Cow Town Redr Ma 370 9/9/2022 03 30 00 Ma Design Cow Town Red, Ma 353 9/92022 03 30 00 Ma Design Cow Town Red, Ma 257 9/92022 03 30 00 Ma Design Cow Towv Red, Ma 357 9/92022 033000 Ma Design Holcn-SOR, Wc. 1701 9/92022 033000 Ma Design Holcn-SOR, Wc. 1551 9/92022 033000 Mix Design Holcn-SOR, Wc. 5409 4272023 033000 Mix Design Lrqurd Stan, C361DNFA 9/92022 03 30 00 Mix Design Mann Marc. R2141230 8/4/2023 03 30 00 M. Design Mat. Manetta R2141 R24 11202023 03 30 00 M. Design Mart. Manetta R2146R33 11/20/2023 03 30 00 M. Design Mart. M.—R2146K33 9/9/2022 03 30 00 M. Design Mart. M.—R2142233 9/9/2022 03 30 00 M. Design Mart. Matta R2136224 9/9/2022 03 30 00 M. Design Mart. Matta R2141233 9/9/2022 03 30 00 M. Design Mart. Matta R2146038 8/42023 03 30 00 M. Design Mart. Mancha R2146R35 9/122023 3 30 00 033000 Ma Design NOR Ready Ma CLS PI-YY 9/9/2022 03 30 00 Ma Design NOR Ready M. TX CYY 9/9/2022 033000 3 30 00 Ma Design NOR Ready Ma TX C-NY 1/182023 033000 Ma Design Rapid Rcdr Ma RRM5320A 1/18/2023 03 30 00 Ma Design Rapid Rc& Ma RRM6020ASS 9/9/2022 033000 Ma Design Rd AA. IRJ11524 9/9/2022 03 30 00 Ma Design Rd AA. 15611524 12/5/2022 03 30 00 M. Design Redr-M. IOK115C4 )00 psr Concrete for Sidewalks & ADA Ramps )00 psr Concrete for Sidewalks, Curbs )00 psr Coa—Ir for Wleta, Juvclinn Boxes, Manholes, Chanel L.—, Sidewalks, Dnveway,, Curb & Guner )00 psr Covaele for Curbs and Stdewalks )00 psr Concrete M. for Flatwork )OOpsi Coac.. Ma for Sidewalks )00 psr for Sidewalk,, Dnveways, Ramps, Cmb &Gutter, FWtwork 500 psr concrete for Sidewalk,, Dnveways, Ramps, Cmb &Gutter )00 psr Concrete Ma for Sidewalks )00 psr Concrete Ma for Sidewalks )00 psr Comets for D—ays, Curb & Gutter )00 psr Comets Ma for Blocking Sidewalks, Fl—.,k, I.& )00 psi Concrete Ma Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Rc—.g Walls )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks, Ramps, Wlets, and Manholes )00 psi Concrete for for Sidewalks, Ramps, Headwalls, laic., and Simm Drain Sao— )00 psi Coccrete Mix for Sidewalks )00 psi Coccrete Mix for Sidewalks )00 On Cmv r Ma f Sidewalks, h I N )00 On Cm,,(, Ma for Sidewalks, ADA Ramps )00 On Corset, for Sidewalk, ADA Ramps 000 psi Cc— for Sidewalks, Approaches, and Dnveways. 000 psi C—.w for Sidewalks & Ramps 000 pa C—.w for Sidewalks & Ramps 00 sack / 3,000 psr cenc.. for Sidewalks 000 psr Coac.. for Sidewalks and Ramps 000 psr Coac.. for Sidewalks and Ramps 000 psr Concrete for J.-- Boxes, Sidewalks and Ramps 00 such / 3,500 psr Concrete for Sidewalks and Ramps 000 psr concrete for sidewalks and ramps 000 psr Concrete for Sidewalks & Ramps 000 psr Concrete for Sidewalks & Ramps 000 pa Concrete for Sidewalks & Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks & Ramps, and Curb & Gutter 00 Sacks / 3,000 psi Concrete for Salmalks & Ramps, and Curb & Gutter SK / 3,000 psi Concrete for Sidewalks )00 pa Coccrete bar Curb, Gutter, Driveways, Sidewalk, Ramps 500 tanConcrete for Valley Guars, Sidewalks, Approaches, ADA Ramps 00 Swka / 4,000 psr Cormt, Ma for Sidewalks, Curb & Gutter, Sewer Manhole, WIGs, & Ju..boa Bones )00 psr Co...:: Ma f Dnvewaya, Sidewalks, ADA Ramps )00 psi Covc.AMa for Curb & Guner 000 psi Cc— for Sidewalks, Ramps, WIe6, Ju..boa Boxes, Thm,t Blocks, Curb and Gulley, Dnveways, Bamer Ramp )00 psr Concrete Ma for Curb & Gulley, Dra, w ys, Sidewalk, ADA Ramps )00 psi Concrete M. for Curb and Gutter )00 psr Covcrele to, Sidewalks 500 psr Covcrele Ma for Sidewalks, Dnve Approaches, ADA Ramp, Curb and Gutter )00 psr Concrete for Sidewalk )00 psr Concrete Ma for Flam,,k, Curb &Gutter, Dnveways, Sidewalk,, ADA Ramps )00 psi Concrete Ma for Curb & Gutter, Dnveways, Sidewalks, ADA Ramps psr Concrete for Manholes & Utility Snucmres psr Covcrele for 1r1-, Boxes, Evcasemml, Block.g tanCovaele for Wleta, Juvclinv Boxes, Manholes, Chanel Liners, Sidewalk, Dnveway,, Curb & Gulley psr Covaele for Wleta, Boxes, Encasement, Blocking psr Covcrele Ma for Sidewalks, Bfckmg psr Conaele Ma for Sturm Dram Stmctores, Dnveway,, Screen Walls, Collate psr Concrete M�xf Wlel,, Thmst BWck.g Coacrele Encasemnt psi C=I, Ma for Inlets, Thmst Block.g Comets Evcasemnt psr Comets Ma for FWtw.&, Wlets, Thm,t Blocking Concrete Encasement psr Comets Ma for Cast -in -Place Box Culvert, psi Concrete Ma for Cast -in -Place Box CnIV psi Concrete Ma for Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End T.—., Non-TxDOT Reta..g Walls psi Concrete ma for Valley Gutters, Lrghtpole Foundations pa Concrete Ma for Valley Go.., Ughtpole Foundations psr Concrete Ma for Sturm Dm. Stmcmres, Snrmry Sewer Manholes, Junction Box psi Concrete Ma for Block.g P.Coccrete Mix for Sidewalks, WIeN I psi Concrete for Rc..mg wall, dnveway, lunchm box apron, approach I psi Concrete for Manholes, filets & Headwalls, Valve Pads Sacks / 4,000 psr Concrete for Junctin Box, Box Culvert, Sidewalk and Ramps. Sack / 4,OOO psr Coracle Mix fin ClP Sewer Mnholes Sacks / 4,000 psr Cmmc, Ma for CIP Sewer Mmh.lc, ) psi Cc— for Mnholes, Inlets & Headwalls DO psi Cncrete for Curb Wleta DO psr Cm,,w for Storm Stmcmrea, Inlets, Bloclmg & Encasement DO psr Cmcrete for Wlels, Storm Dra. Stmcton s 1 Sacks / 4,500 psr Comets to, Wlets, Manholes, nd Headwalls D Such / 4,000 psr Comets to, Collars, Mnholes, Box Culverts 10 psi Concrete Ma for Curb la1'N s)psi Concrete Ma for Curb Wlets b psr Comets for Blocking H) psi Concrete for Strom Dram Stmcttues IO psr Concrete Ma for Throat Blocks, Valve Pads IO psr Concrete Ma for Ca,b.-Place Storm D.. Stmcmres 10 On Coamir for Throat Blocks, VW, Pads 3-5" Slump; 3-(1%Ai, 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Av 3-5" SWmp; 36%Au 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%Air 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 3-6% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" mp Slu; 36 Au % 3-5" Slump; 3-6% Au 3-5" Slump; 36% Av 3-5" SWmp; 36% An 3-5" SWmp; 36% Aa 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36 % Au 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Au 3-5" SWmp; 3-6% Au 3-5" SWmp; 0-3%An 3-5" SWmp; 36%n A 3-5" SWmp; 36% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36%An 3-5" SWmp; 36 % An 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Au 3-5" SWmp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slomp; 36 % Au 3-5" Slomp; 36 % Au 3-5" Slump; 36 % Au 3-5" Slump; 36 % Av 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 311, SWmp; 4.5-7.5%An M" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36°/" Au 3-5" SWmp; 36°/" Av 3-5" SWmp; 3-6% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 36%Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 36 % Au 3-5" SWmp; 36%An CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 12/52022 1 03 30 00 Mu Des��f Redi-Mix 156115C4 4000 psi Concrete for CIP Stoma Draw Sm W,, 3-5" SWmp, 36% Ah 4000 Z 1112 2022 03 30 00 Mu Des Redi-Mu 14 P25P4 45500 psi Concr fr SWm Dmfl Smcmre, 3-5" SWmp, 3fi% 1 SRM Ct 5050 FW5320A and Collars 9/920224 03 30 00 M. Design TapanV Con aete 3000 psi Concrete MlxTfortBloakfg 3-5" SWm; 36% 1 10/102022 03 30 Mi. crate TCFW6025A2 4000 psi Concrete for Manholes 3-5" SWmp, 3fi%Ah C� X, m BA y{t` 4walls. Culverts. Dr Iled Shafh) Drilled fl.m - 9/92022 03 30 00 Ma Design Bumco Texas 36U500BG 3600 psi Concrete Mu for Lighting and Traffic Signal Foundations (Drilled Shafts) 5 5-7 5" SWmp; 3-6 An 6/21/2023 03 30 00 Mm Design Cow Town Redi Mu 360-DS 3600 psi Concrete for Drilled Shaft/U6tWg and Traffic Signal Foundation (DrM d Shafts) 5 5-7 5" SWmp; 3-6 An 12/5/2022 03 30 00 Mu Design Ho1Cvn - SOR, fc. 1822 3600 psi Concrete for (DrM d ShaDsl/LiA Mtf and Traffic Signal Foundations 5 5-7 5" SWmp; 0-3 'Ai' 9/9/2022 033000 3 30 00 M. Design Ho1Cvn - SOR, fc. 1859 4000 psi Concrete for (DdU d ShaDs)/Lightfeand Traffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 14/7/2023 033000 M. Design fgmm Concrete & Aggregates IOLQS50N 3.600 psi Concrete for (Drilled Shafls)/L,6tf and Tmffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 4/7/2023 03 30 00 M. Design Liquid Slone C361DHR 3.600 psi Concrete for (Drilled ShafD/Li6tfg and Tmffic Signal Foundations 5 5-7 5" SWmp; 36%An 6/27/2023 03 30 00 M. Design Marl. M_ U2146N41 6.44sacks /3.600 psi Conuete for (Drilled Shafts) / Lighting and Tmffi, Sigoal Foundations 5-7" SWmp; 36%Ai, 6/27/2023 03 30 00 M. Design Marl. Manetta U2146K45 6.65 sacks / 3.600 psi Concrete for (DrBled Shaba) / Lighting and Trafic Signal Foundations 5-7" SWmp; 36%Ai' 8/42023 03 30 00 M. Design Marl. Manetta U2146R41 6.44 sacks / 4.500 psi Concrete for (DrM d Piers)/Li6t Pole bases. 5-7" SWmp; 3-6%- 8/22/2024 03 30 00 M. Design NBR Ready Mix 135K2524 3500 psi Concrete for (D'MW Shaft) LighM k Foundations 5 5" SWmp; 36% AQ 8/22/2024 03 30 00 Mu Design NBR Ready Mix 135K0524 3500 psi Concrete for (D'MW Sha(t) Lightpole Foundations 5 5" SWmp; 36% AQ 5/15/2023 03 30 00 M. Design Redr-Mx SOL115D5 3600 psi Concrete for (DrM d Shaf) /L 61h and Tmffic Si —I Foundations 5 5-7 5" SW—; 36%Air bther Applications 9/92022 03 30 00 Mu Design Argos DIOOO0001083S 4000 psr Concrete for VW, Pads, Wlets, Sttucmres, Headwalls, Thmsl Blocking 3-5" SWmp; 36% Air .1022 03 M W Mu Design Argos D10000001083 4000 psr Concrete for Valve Pads, flats, Stmcmres, Headwalls, Thmsl Blockmg 3-5" SWmp; 36% Air 9/9/2022 03 30 00 M. Design Argos D70000001681 4000 psr Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 3-5" SWmp; 3-6 Ai, 9/92022 03 30 00 M. Design Csder Concrete FWCC602001 4000 Is r Concrete for Sl— Drain Slmcmre,, Manholes, Headwalls, Remmmg Walls, Valley Goners, Dnve Approaches 3-S" SWmp; 36%Ah 9/92022 03 30 00 Mu Design Charley, Concrete 4518 4000 psi Concrete for Headwalls, Win —ally 3-5" SWmp, 36% Ah 9/92022 03 30 00 Mu Design Charley, Concrete 5642 4000 pi Concrete for Storm Dram Stmcm— 3-5" SWmp, 3fi%Ah 9/92022 033000 Mu Design City Concrete Compnany 40LA2011 4000 psi Concrete Mu for Storm Draw SWCWres 3-5"SWmp, 36%Ah 9/92022 03 30 00 Mu Des r Cw Tovm Red, Id& 260-2 3600 p,i Concrete Ma for Box Culvert,, Headwall, 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu D.V Cow Tovm Redi Mu 360-1 3600 pal Concrete Mu for Box Culverts, Headwalls, Wig tls 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu DIV Cow Tovm Redi Mu 260-1 3600 psi Concrete Mu for Headwalls 3-5" Slump; 3fi % Ah 1/29/2024 03 30 00 Mu DIV Eshada Ready Ma R3655AEWR 5.50 Sacks / 3,600 Mi Concrete for Headwalls, Wf all,, and Culverts 3-5" Slump; 3fi % Air 9/9/2022 03 30 00 Mu Deswr OCH Concrete Services GCH4000 4000 pal Concrete for for Sidewalks, Ramps, Headwalls, flats, and Sfm Draw Simc 3-5" Slump; 36%Air 9/9/2022 033000 Mu Desr Holcim -SOR, fc. 1851 4500 pai Concrete£orSform Drew Simclmes, Hand Placed Pavfg 3-5"Slump; 36%Air 4/l/2023 03 30 00 Mu Desrgp Martf Marietta 310LBP 3,600 psi Concrete for Re mi.g Walls 3-5" Slump; 4-7%Air 8/30/2023 033000 Mi. DZe Martf Marietta R2141R30 5.85SK/4,000psi Cneretefr Box Clverts&Headwalls 3-5"SWmp; 36%Air 9/92022 03 30 00 Mix Design Martf Marietta R2146035 4,000 psi Concrete for Manholes, flats & Headwalls, Valve Pads 3-5" Slump; 36 % Air 12/5/2022 03 30 00 Mix Desig Redi-Mix 1OL115CI 3600 psi Concrete for Manhole, flat, ]unction Box, Headwall 3-5" Slump; 3-6% Air 9/92022 03 3000 Mix Desigp SRM Concrete 40050 4,000 psi Concrete ibr Headwalls, ReWffg Wall, Collars 3-5" Slump; 3-6% An 9/92022 03 3000 Mix Desigp SRM Concrete 35022 3,600 psi Concrete ibr Junction Box, ReWffg Walls 3-5" Slump; 3-6% An 4/l/2024 033000 M. 4FW6020A2 9/92022 03 30 00 Mu Des�� TR—tt Concha 4000 psi Concrete Mix for Storm Dram SWctures 3-5" SWmp, 36% Ai, Cl... P(Mac fe pl. ced�Pavfe) 9/92022 32 13 13 Mu Design Argos DIOOO0001617 3600 psr Concrete for Mach.e Placed Paving 1-3" SWmp;') °, Ai, b/24/2024 32 13 13 Ma Design Brg Town CvcreAe 360060-1 3600 psr CvcreAe for Mach.e Placed Paving 1-3" SWmp; 36% Air 6/24/2024 32 13 13 Ma Design Brg Town C ,,(, 362060-1 3600 psr C ,,(, for Mmh.ce Placed Paving 1-3" SWmp; 36%Air 9/92022 321313 Mu Design Csder Covcrete FWCC552091 3600 psr for Machine Placed Pay.g 1-3"SWmp;36%Av 9/92022 321313 Mrs Design Carder Covcrete FWCC602091 4000 psr for Machine Placed Pay.g 1-3"SWmp;3b%An' 9/92022 32 13 13 Ma Design CharWys Concrete 5167 3600 psr Cvaele Ma for Machine Placed Pay.g 1-3" SWmp; 36%An 9/92022 32 13 13 M. Destgn Crty Covcrete Cmpmy 36LA2011 3600 psr Cvrxele Mrs f Mach.e Placed Pay.g 1-3" SWmp; 3-6% AQ 9/92022 33 13 13 M. Design Cow Tow. Redr M. 257-M 3600 psr Concrete Ma f Mach.e Placed Pay.g 1-3" Stamp; 36°/" Av I1/142022 32 l3 13 Ma Design Cow Towv Re& M. 317-M 3600 psr Concrete M. for Mach.e Placed Pay.g 1-3" SWmP; 36% Av 9/92022 32 l3 13 M. Design Cow Towv Re& M. 260-M 4000 per Cvaete M. for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 1/92022 32 l3 13 Ma Design Cow Town Redr M. 360-M 4000 psr Concrete Ma for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 2/62024 32 L313 M.Desrgo 8s da Ready M. TD3655AEWR 5.50 Sacks/3,600 psr C.—for Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 9/92022 321313 Ma Desrgo fgrary Cvcrem&Aggregates 2MWR-056PS5D5 4000 per C.— Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 8/42023 321313 M.Design Mart. Manetta Q2141R27 5.69 sacks/4,000 psr Concrete for Mach.e Placed Pay.g 1-3"Slump; 3-6 t 112/2022 32 l3 13 Ma Design Mart. Manetta Q2141K30 4,000 psr Covcrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t l0/4/2023 32 l3 13 M. Design NBR Ready Mu TX C SF-YY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 10/4/2023 32 l3 13 Mix Design NBR Ready Mu TX C SF -NY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 9/162024 32 l3 13 Mix Design SRM Concrete 40025 4000 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 3-6% Av 9/92022 321313 Mix Design Tarrant Concrete FW5520AMP 3600 psr Concrete fin Machine Placed Pay.g 1-3"Slump; 3-6 Av 9/92022 32 13 13 M. Design T. G. Red, M. 0255 2301 3600 psr Concrete M. for Machine Placed Pay.g 1-3" SWmp; 3.56.5 % An 9/92022 32 13 13 Mu De m Tme Gnt Redi Mu 0260 2302 4000 psr Concrete Mu for Machine Placed Pay.g 1-3" SWmp; 3.Sb.5%Ah' CWss H (Han Pl_d Pavan¢) 9/91022 32 13 13 Mu Design American Concrete Company 45CAF076 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% Ai' .1022 32 13 13 Mu Design Argos D70000001273 4500 psr Concrete for Hand Pl—d Paving 3-5" Skimp36% Ai' 9/9/2022 32 13 13 M. D.w Argos D10000001737 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design Argos D70000002107 4500 psr Concrete for Hand Placed Paving 3-S" SWmp; 36%A " 9/92022 32 13 13 M. Design Argos D10000001791 4500 psr Concrete for Hand P _d Pay.g 3-5" SWmp; 36%Aa 9/92022 32 13 13 Mu Destgn Argos D10000001103 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36%An 5/22023 32 13 13 M. Destgn Brg D Concrete CM14520AE 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36 % AQ 9/92022 32 13 13 M. Design Brg Town Concrete 452065-1 4500 psr hand placed pawng 3-5" SWmp; 36 % An 9/92022 32 13 13 Ma Design Brg Town Concrete 450065-1 4500 psr hand placed pay.g 3-S"SWmp;36./ 9/92022 321313 Ma Design Bumco Texas 4SUSOOBG 4500 per Cvcrete Ma for Hand Placed Pay.g, Srom Srmcv 3-5"SWmp; 3-6 t 9/92022 321313 Ma Design Carder Concrete F'WCC602021 4500 psr covcrete for Hand Placed Pay.g 3-S"SWmp; 36%Av 9/92022 32 l3 13 Ma Desrgo Charkye Covcrete 4609 4500 per Covaere M. for Hand Placed Pay.g, MaMoles 3-5" SWmp; 3fi % t 9/92022 32 l3 13 Ma Desrgo Charleye Covcrem 6103 4500 per Cvcrere Ma for Hand Placed Pay.g MaMolee 3-5" Imp 3fi % Av 9/912 22 32 l3 13 Ma Design Crty Co w Compavy 45NA2011 4500 psr Concrete M. for Hand Placed Pay.g 3-5" Slump; 3fi % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr Ma 265 4500 psr Concrete Ma for Hand Placed Pay.g 3-5" Slump; 36 % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr M. 365 4500 psr Covcrete M. for Hand Placed Pay.g 3-5" Slump; 36 % Av l/29/2024 321313 Mix Design Esnade Ready Mu R4560AEWPJ 6.00 Sacks/4,500 psr Concrete for Hand Placed Pay.g 3-5"Slum; 4-6 t 9/92022 32 l3 13 Mix Design GCH Concrete Se GCH4500 4500 psr Concrete Hand Placed Pay.g 3-5" Slump; 36 % t 9/92022 32 l3 13 Mix Design Holc.r - SOR, Mc 1851 4500 psr Concrete fin SWm Dm. Snac.re,, Hand Placed Pay.g 3-5" SlumP; 36 % Av 9/92022 321313 Mu Design fgmm Concrete&Aggregates 2MWR-161PS5EM 4500 psr Cpnmele M.for Hand Placed Pay.g 3-5"SWmp; 3.56.5%Ai' 9/92022 32 13 13 M. De gn I, Concrete & Aggregates 2MWR-161UV5DM 4500 psr Concrete for Hand PWced Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design fgmm Concrete &Aggregates 2MWR-IOMQS50N 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36 ' A' I12/2022 32 13 13 Mu Design Marl. Manetta R2146N35 6.11 sacks / 4,500 psr concrete for Hand Place Pay.g, flats, Manholes, Headwalls 3-5" SWmp; 36%A " 8/42023 32 13 13 M. Des Marl. Manetta R2146R36 6.17 / 4,500 N, Concrete for Hand Placed Pay.g 3-5" Skimp; 36%A , CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 32 13 13 M.6 esip Marctta 32 13 13 Mi, 119p (Martin Martin Mabctta 32 13 13 Mi. Deslipr Martin Marietta 32 13 13 Mu Derr Martin Marietta 32 13 13 Mi. DIV Martin Marietta 32 13 13 Mi, Des r Martin Marietta 32 13 13 Mu D.'Vp Martin Marietta 32 13 13 Mu Desr Martin Marietta 32 l3 13 Mu D.p Martin Marietta 321313 Mi. Des�r Martin Marietta 321313 Mi. DIF Mari Marietta 32 13 13 Mi, Des�r rti Man Marietta 32 l3 13 Mi. DesVr NBR Ready Mi, 32 l3 13 Mi. Des r NBR Ready Mis 321313 Mu Desr Osbum 321313 Mi. Desp Rapid Redi Mi, 321313 Mix Desran Red' 32 13 13 Mix Desum Redi-Mu 321313 Mix Design Redi-Mi. 32 13 13 Mi, Des0 Redi-Mix 32 13 13 M& Dell' SRM Concrete 32 13 13 Mi. Deslr SRM Concrete 32 13 13 Mu Derr Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Des r Titan Ready Mu 321313 Mi. Des r Tme Grit Redi Mu 321313 Mi Des r T. Grit Redi Mi. 321313 Desna Tme Grit Redi Mi. lass HE ( Eery Strength Pavina) 32 13 13 ix Des�� Hia D Covcrete 32 13 13 Mu Des��f Hamco Texas 32 13 13 Mix Desl�r harleys C nc t 321313 Mu Derr Cow Town Redi Mu 321313 Mi, Der r Cow Town Redi Mi. 321313 Mu Desr Cow Tovm Redi Mu 321313 Mi, Des r Cow Tovm Redi Mu 32 13 13 Mi. Des r Estrada Ready Mi, 321313 Mi, D.WFA Holcim -SOR, Inc. 32 l3 13 Mu D- Liquid Stone 32 13 13 Mu D.VV Martin Marietta 321313 Mix Des Redi-Min 321313 Mix DeeV SRMC verete 32 l3 13 Mix Des, SRM Concrete 321,3 13 M. Des Tamm Concrete 321313 alas S ridge ix Des�rj� abs Top Slabs of Direct Tammt Concrete Trafl c Cohen/ AJ��ra rh Slabs) 32 13 1 f Mix Dell' Cow Town R d. ivlix 32 13 13 Mix Des��r Cow Town Redi Mix 32 13 13 Mix Desl�r Cow Town Redi Mix 321313 Mu Deer Estrada Ready Mix 32 13 13 Mu De p Martin Marietta 321313 Mu Des', Martin Marietta 321313 Mu Desp NBRReady Mu 321313 Mu D-W. NBR Ready Mi, 32 l3 13 Mix Dea r Redi-Min 32 l3 13 M& Des,Wp SRM Conorale Concrete Base Trench R-4, 03 34 16 Mu D,,�p Humco Texas 03 34 16 Mu D It, Hamco Texas ontrolled Low Btrener6 Material 0334 13 Mu Del Hamco Texas 03 34 13 Mix Des�� Carder Concrete .3313 M& Des', Garda, Concrete 033413 M&D., City Concrete Comrany 03 34 13 Mu Deefr Cow Town Redi Mu 03 34 13 Mu Desp Martin Ma6,ma 0334 13 Mi. DIP NBR Ready Mu 033413 Concrete FB Mi, Desran j Tapsnt Concrete I31 37 00 tr� Des��f (Martin Marietta 31 37 00 Mu Design Marlin Marietta R2146N36 R2146K36 R2146K37 R2146R44 R2146K44 R2146P36 R2146K36 R2147241 R2146236 R2146036 R2146242 R2146042 CLS P2-YY CLS P2-NY 45A60MR RRM6320AHP 10MI 1524 10MI15D4 10M11504 145CD5P4 45023 45000 FW6020AHP FW60AHP TCFW6020AHP TRC4520 0260.2301 0265.2301 270.230 I4500AE 55UI20AG 6589 370-INC 375-NC 370-NC 380-NC 4575AESC 2125 C451DHR-A R2161K70 10NI 1507 50310 40326 FW6520AMR FW7520AMR 4,500 pMi Concrete for Hand Placed Paving°¢ ml 6.22s k/C4,SOOtpsioConacretelfor Hanad Placed Pavirl 6.60 Sacks / 4,500 psi Concrete Mu for Hard Placed Paving 6.60 Sacks / 4,500Ijlei Concrete Mi for Hand Placed Paving 4,500 psi Concrete for Hand Plaeed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Comrele for Hand Placed Paving 4,500 psi C—mu, for Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavina, Inlets 4,500 psi Concrete fur Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavirl�r 6.50 Sacks / 4,500 psi Concrete f, Hand Placed Pavina 6.50 Sacks / 4,500 psi Concrte f, Hand Placed Pavina 6 SK / 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete f, Haad Placed Pa"y 4500 psi Concrete Mix fur Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Paving, Storm Drain Sma,ft es 4500 psi Concrete Mix fr Hand Placed Pavira 4500 psi Concrete Mi. for Hand Placed Paving, Smmr Drain Structures 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Pavma° 4500 psi Concrete Mi.for Valley Gutters, Hand Placed Paving 5000 psi Concrete for Hand Placed Paving 4500 psi Concrete for H�'� Early ShyenaOr P^�aptv-u'�`Rp Sma� 4500 psi Concrete Mu for r H?a a,tY Strenalh Paving 4500 psi Concrete for DES Pavmg 5000 psi Concrete for DES Pavina 4500 psi Concrete for HES Paving 4500 fljjsi Concrete for HES Pa 1.50 Sacks / 4,500 epi (3,000 �i (aJ 3day) Concrete fr HES Pavioa 5000 �i C ncrele BE Pavma 4500pr Comrete foHES P.7J6,000pi(3,000pa24nnJaConH M�HsavHES Paving4500 pi (2600 psi4 5,000 piCorete�SPmg 4,500 (3,000 (3-0ays) psi Concrete f r HES Paving 4500 (3000 psr 3-0ays) psi HES Pavl9 450013000 pei ,3-dms) psi Concrete RES Pavina 31" Slum, 36%Air 31" Shunp, 36%Air Slump 3-5" Sh,, 36%Air 31" Slump, 3-%Ate 3-5" Slump, 36% A6 3-5" Slump, 36% Av 3-5" Slump, 36%Air 3-5" Slump; 4.5-7.5%Air 3-5" Slump; 3Air 3-5" Slump; 36 6% % Air 3-5" Slump; 36% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Au 3-5" Slump; 3-6% Au 3-5" Shunp, 3-6 Air 3-5" Slump, 36%Air 31" Slum,, 36% Air 3-5" Slump, 36%Ate 311. Slump, 36%Ate 3-5" Slump, 36% Air 3-5" Slump, 36%Ate 3-5" Slump, 36%AI, 3-5" Slump; 3.56.5%Air 3-5" Slump; 3-6% Air 31" Shunp, 3-6 Air 3-5" Shun,, 36%Air 31" Shun,, 36% Air 3-5" Slum,, 36%Ate 31:: Slump, 36% 1 3-5" Slump, 36%Ate 3-5" Slump, 3-6 Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 3-6% Atr 3-5" Slump; 36% Air 3-5" Slump; 4.56.5%Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 260 4000psiCConcrMfoSabsBooxx Cuvrt, Hwwals e Hri 35 3661 360 000 p 4MuforBriSbBhrtsHdalls F SSmp 3-5lmp,36%Ate 365-STX 4000 sii Concrete for Bridge sl s, ro� slabs ofdvect msffrc cal— apq ..h slabs-TXDOT Class S-No Fly Ash 3-5" Shunp, 36%Ate R4060AEWR 6.00 3 arks / 4,000 �gj i Concrete for Brdge Slabs, Top Slabs, and Approach Slabs 4-6 Slump, 36%Ate M7842344 4,000 psi Concrete?.,Bridae Deck 3-5"Slum:4.5-7.5%Ate R2146P33 6.01 sacks / 4,000 Rai concrete for B, Deck 3-5" Slump, 36% A6 TX S-NY 5.50 Sacks / 4000psric.msete Mu for C s S Smb Paving -No Fly Ash 3-5" Slump, 36%Ate TX S-YY 4.50 Sacks / 400 Conc,ele Mu fo, Class S Slab Paving 3-5" Slump; 36 % Air 156115D4 4000 psi Brida, s 3-5"Sl.mp;36%Air D100008553CB 4,000gppa�i Concrete fo, Bdridge Approach Slab, Deck Slab 3-5" Slump; 36%Ate I08Y4 0BA IS00 psl lozub, M'afo Bes-for Trench RepT �7WShhum, 36%Ate OIY61OBF 100}lsiConcrete Mix f, Flowable Fill Flowable, 8.5-11.5%Ate FWCC359101 50-150 psi Plowable Fill - CLSM 3-5" ShamQQ, 8-12%Ate FWFF237501 50-150 psi Flowable Fill - CLSM Plowable, 8.5-11.5%Ate I1-350-FF 50-150 si Conc,ete for Flowable Fill-CLSM Flowable, 8-12%Ate Mi.#9 70nMi�lowable Fdl-CLSM 7-9"Stump, 8-11%Ate FL W25A 8-10"SluoJp�, FTW FLOW FR,L I50,,sr iconcretefor HowabbleFiWCLSM 8-12%Ate FWFF150CLSM 50-150Mi Flowable Fill-CLSM Plowable; 8-l2%Ate R21160330 I4,000 psi Concrete for R map 3I., Slump, 36%Ate Asphalt Paw¢ 9/9Y1022 321216 Mu Design Austin Asphalt FT5BI17965 FT5B117965PG64-22Ty BFme Base 9/9/'2022 321216 Mu Design Austin Asphalt FTIB139965 FTIB139965PG64-22Ty BR -Base 9/9/2022 321216 Ma Design Austin Asphalt ITIB117.2 FTIBI17.2 PG64-22 TW.B Fme Base 5/1R024 32 1216 Mu Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Ma Design Reynolds Asphalt I112B I112B PG64-22 Type B Fme Base 9/9/2022 32 12 16 Ma Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fme Base 12/5/2022 33 12 16 Mm Design Suu nmm Pavmg 3076BV6422 3076BV6422 PG62-22 Type B Fme Base 9/92022 32 1216 Mu Design Suamoum Pavmg 34 1 -BRAP6422ERG 34 1 -BRAP6422ERG PG64-22 Type B Fme Base 9/92022 32 1216 Ma Design TXBIT 37-211305-20 37-2l l305-20 PG64-22 Type B Fme Base 9/9/2022 32 1216 Ma Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base 9/9/'2022 32 1216 Mu, Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fme Base CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 9/9/2022 32 12 14 Mu Design ITXBIT 4/1/2024 32 12 16 etttdble Mix Des�e my Sp�nce aDW$-Pavers TXHIT 9/9/2022 321320 Pine Hall Brick(Winstou Salem, NC) 9/9/2022 321320 DWS-Pavers Western Brick C..(Houstom TX) 9/9/2022 321320 �'21321 DWS-Composae 9/9/2022 DWS-Composite ADA "s(Wthnin -M� 4/72023 321320 DWS-Pavers S1.1 ADA Somtions(Wt knigtZ MA) Silicone Joint Sealant 9/92022 132 D 73 Joint Scala,[ Dow 9/9/2022 32 13 73 Joint S.Im Tremco 9/92022 32 13 73 Joint Sealant Pecors 9/9/2022 32 13 73 Join[Scalant Crsfco 11 Trench Embedmeul Saud 9/92022 33 05 10 Embedment Sand Silver Creek Materials 9/92022 33 05 10 Embedment Sand Crouch Matenals 9/92022 33 05 10 Embedment Saud F and L Dvt Movers 9/9/2022 33 05 10 Embedment Saud F and L Did Movers 9/92022 3305 10 Embedment Sand I. Top Mmtm ManeOa I64 224125-18 PO I64 224125-18 PO70 2pe 2 TyD Fine Surface 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R T— D Fme Surface Tackle Pavers Delegable Warning Pavers Armor Tile IT mg, Brick CB Composite P—, Delegable Wamine Pavers 890SL 1890SL-Cold Applied, Single Component, Silicone Jowt Sealant 900SL -Cold Applied, Single Component, Silicone Joint Sealant 311 300SL 300SL-Cold AppW Single Component,Silicone Joint Sealant RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant U01try Embedment Sand U: ny Embedment Sand Uldtry Embedment Sand Uldtry Embedment Sand Utdny Embedment Sand Storm SeaverManholea&Basen/Fra—&Covers/Standnrd/fR und)33-05-13 9282018 33013 Madwle F.— sad Covers A —Cast (G- Steel Compevy, LTD) IMHRC 4220605 MHRC #220605 (Si.- "'24" DW 19/28/2018 330513 Manhole Covu Neenah Foundry NF-1274-T91 NP-1274-T91(Size -32"Din.) 1928/2018 33 Manhole Framesand Covers Neenah Foundry NF-1741-LM(Hmged) NP-1743-LM(Hinged)(Size-32"Die.) 9/28/2018 330513 Manhole Frame Neenah Foundry NF-1930-30 NP-1930-30(Size-32.25"Die.) 9/282018 330513 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV(Sime-32"Din.) 4/32019 330513 Manhole Frames and Covers SIP lndasnies++ 1279ST 22795T (Size-24"Die.) 4/3/2 330513 Manhole Frames end Covers SIP Industries++ 2280ST 2280ST (Size-32"Dig.) 11118/2020 330513 Manhole Frames and Covers EJ( Fomtally East Jordan I—NV.&O E11033 Z2/A EJ1033 Z2/A(Sim -32.25"Dk,) 330513 Cmbinlet Covers SIP Industries++ 2296T 2296T(Sim -"""24"Dk,) �3/82024 6/18/2024 330513 Curb Inlet Covers SIP lndastries++ 1I2279STN 2279STN(Size-24"Dk,) •*Note: Annewdere(opmen and urn innallarian manho/e /ids sxa/l zed the minimum 30-inrb opening requlemenras specled in Ciry Speril+ra�ian 33 OS l3. Arrysmal/er opening sius wJl onty De allowedfor exisn'ng manxo/es rMr require replaremenrframesgnd rovers. Storm Sewer - Inlet& Slrugures 33-05-13 10/8/2020 33 49 20 Cmb We. Fot — 10/8/2020 33 4920 Curb Inlets Fonema 10/82020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 333920 Manhole Fonema 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Mmhole Fodema 3/192021 349 20 Curb Inlets Thompson Pipe Group 3/19/2121 333492 0 Curb Inlets Thompson Pipe Group 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Gpap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Oroap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Menhole Thompson Pipe(Jroup 3/19/2021 333920 Manhole Thompson Pipe Gonp 3/19/2021 333920 Manhole Thompson Pipe(1rouP 3/19/2021 333920 Manhole Thompson Pipe Goup 3/19/2021 333920 Manhole Thompson Pipe Goup 3/192021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 13/19/202: 33 49 20 Drop Inlet Thompson Pipe Goup 13/19/20233 49 20 Drop lnlg Thompson Pipe Goup 13/19/2021 33 49 20 Drop Inlet Thompson Pipe Goup 18/28/2023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole OldcaetIe 8282023 33 49 10 Manhole OldcastIe 8/282023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole Oldcagle 8/28/2023 33 49 10 Manhole 01& le 8/28/2023 334910 Manhole Oldcaetle 8/28/2023 334910 Manhole Rieke, Materials 8/28/2023 333920 Curb Inlet ] 0 k 3' Rises Thompson Pipe Gcap 8/28/2023 333920 Cnrb Inlet 15 k3' Rises Thompson Pipe Gonp 8/28/2023 333920 Cutb Inlet 20'x 3' Rises Thompson Pipe Gonp 1/12/2024 334920 Drop Inlet AmeriTex Pipe&Products 1/12/2024 334920 Drop Inlet Ame U. Pipe&Products 1/19/2024 334920 Manhole AmetiTex Pipe&Products 1/19/2024 334920 Manfiole AmeriTex Pipe&Products 1/192024 334920 Manhole AmeriTex Pipe&Prodacts 1/19/2024 33 49 20 Manhole AmeffT Pipe &Products 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 1/19/2024 334920 Manhole Amer.T- Pipe &Products 1/19/2024 334920 Manhole Amer- Pipe&Products 1/19/2024 334920 Medwle A —Tex Pipe&Products 7/16/2024 33 49 20 Catb Wets =,Tex Pipe &Prodmre 7/16/2024 33 49 20 Cmb Ides A —Tex Pipe &Prodmre •*Note: Pre -cast inkms are appored/rMe s gelponion /Meu—e fast,/my. SraBe llpomn x-005-PRECASTSim 10' X 31 x-0PRECAST::-PRECAST'" (Size-0'X 31 x4.5-0PRECAST'-PRECAST''X 51 x4-020'" (Siu-10. -PRECAST Siu 0'X4 14 4ApegE_ :R-ECA�(Siu-TX� 41 34 ]0-PRECAST-TOP (Size - 5' X 51 :54 -PRECAST-BASE (Size - 5' X 51 :6411-PRECAST-TOP (Si. - 6' X 6) :6411-PRECAST-BASE (Si. - 6' X 6) IX3-005-PRECAST INLET"" (Size - l0' X 31 IX3-405-PRECAST INLET"^ (Size - l5' X 31 X3-005-PRECAST INLET" (Size - 20' X 7) C4409-PRECAST TOP (Size - 4' X 41 C4409-PRECAST BASE (S¢e - TX 41 C4-012-PRECAST 4-17 RISER (Si. -4' X 41 C5-0l0-PRECAST TOP (Si. - 5' X 51 C5-0l0-PRECAST BASE (Sim - 5' X 51 C5412-PRECAST 5-17 RISER (Si. - 5' X 51 C64 I 1-PRECAST TOP (Sim - 6' X 61 C64 -PRECAST BASE (Sim-6'X61 C6412-PRECAST 6-17 RISER (Size - 6' X 61 C7411-PRECAST TOP (Si, - TX 71 C7411-PRECAST BASE (Size -7' X 71 C7412-PRECAST 4-17 RISER (S¢e -7' X 71 C841 I -PRECAST TOP (Size -8' X 81 C841l_PRECAST BASE (Size -8' X 81 C8412-PRECAST 5-17 RISER (S¢e -8' X 81 C4408-PRECAST INLET (Si a-4'X 41 C5408-PRECAST INLET (Si a-5'X 51 C6408-PRECAST INLET (Size - 6' X 61 4' x T Snicked Mmhole (Size -T X 4) 5x8Stom Jmton Box (Siz-5X 8) 4'x4' Stomtou xSiz-4'X41 5' x 5' Storm Jmctiou Box (Size- 5' X 51 6' x 6' Storm Juuctiou Box (Size -6' X 61 8' x 8' Storm Juuctiou Box Base (Size - 8' X 81 5' x 8' Storm Junction Box Base (Size - 5' X 81 -4'X 41 Inlet Rieer (Size - 3 F11 hilet Riser (Size - 3 F11 Inlet Risen (Si. - 3 FF) Drop Inlet (4' X 41 Drop Inlet (5' X 51 Precast 4'x4' Storm Junction Box Precast 5k5' Stomt Junction Box T Precast T—nion MIT (T MH on the top of 5' 1B) Precast 0,6' Storm Junction Box 6' Precast Tanslnon MIT (T MH on the top of 6' 1B) Pmem 8M' Storm Junction Box 8' Precast Taasinon MIT (4' MIT on the top of 8' 1B) Tvm C Smmt Drain Manhole on Box (4' MIT on the top of RCB) 100 P.e." (Size 10'. 3) 150 Precast'" (Size 15' x 3) are requ/red m be rear /n-Plarc No exopd—w 1hh regairemenrsbal/be a/lowed. FASTM D5893 TM D5893 TM D5893 TM D5893 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM A48 AASHTO M3N ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 AS 615 AS 615 AS M 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS M C478 AS M C478 AS M C433 AS 1M C913-16 AS C913-16 AS C913-16 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 ASTM C913 AS M C913 AS M C913 ASTM C913 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Storm Sewer -Pl— & Boxes 33-05-13 3341 13 Storm Dram Prpee Ad—ed D..ge Systems, Inc (ADS) ADS HP Storm Polwmvvleue (PP) Pipe (Sim -12" - 601 ASTM F2881 & A SHTO M330 334110 Sturm Dram Pipes Rinker Materials Reinforced Concrete Pipe Top end Goove Joint Pip, (Sim -21"or 1—) ASTM C76, C655 334110 C.1—Box Rinker Mmerlals Reinforced Concrete Box Culvert(Sze- Verions) ASTM C789, C850 3341 10 Storm Drain Pipes Ame ffe Pipe &Pmdacts Reinforced Concrete Pipe Tongue end Goove Joint Pipe' (Size -15" .1Imer) ASTM C76, C506 344110 C.N. Box AmeriT-P��'PPe&Pmdacts Reinforced Concrete Box C.1 er (size -Various)) ASTM C1433,C1577 3541 10 Storm Drain Pipes The T— Co. Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size -15" or huger) ASTM C76, C506 3341 10 Culvert Box The Tumer Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 3341 10 Storm Dmin Pipes Thomlt�(��on Pipe Goup Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 334110 CM" Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 33 41 10 Stmm Dmm Ppee Old —de Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506