Loading...
HomeMy WebLinkAboutContract 56284-PM1CSC No. 56284-PM1 00 00 10- 1 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 1 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised September 2015 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 45 11 Bidders Prequalification’s 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 25 Certificate of Insurance 00 62 13 Performance Bond 00 62 14 Payment Bond 00 62 19 Maintenance Bond 00 72 00 General Conditions 00 73 00 Supplementary Conditions 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents 00 00 10- 2 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised September 2015 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s Website at: https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceway and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 31 13 Chain Link Fences and Gates 00 00 10- 3 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 3 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised September 2015 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Exploratory Excavation for Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 11 15 Pre-stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Dry-Barrel Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Blow-off Valves 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 HDPE Pipe For Sanitary Sewers (Gravity and Force Mains) 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 00 00 10- 4 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised September 2015 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 HDPE Storm Sewer Pipe 33 46 00 Sub drainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 13 Removing Traffic Signals 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 34 71 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements GeoTech Report END OF SECTION DIVISION 00 GENERAL CONDITIONS UTILITIES & PAVING ao a� o0 DAP BID FORM Page 1 of 3 SECTION 00 41 00 DAP BID FORM HT HWY 114 Development LP TO: 2200 Ross Avenue, Suite 4200W Dallas, TX 75201 FOR: � Tradition, Central Phase 2B City Project 103142 No.: Units/Sections: FID# 30114-0200431-103142-E07685 X-26787 l. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Wark as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entiTy and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain fi�om bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at CITY OF FORT WORTH Tradition, Central Phase 28 STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS City Project ri103142 Form Revised April 2, 2014 00 41 00 DAP BID FORM Page 2 of 3 artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Water and Wastewater New Development, Rehabilitation and Redevelopment Open Cut (all sizes) Concrete Construction/Reconstruction 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 125 working days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c. Proposal Form, Section 00 42 43 d. MBE Forms (if required) e. Prequalification Statement, Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre-qualification application (optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the CiTy at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modifcation by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM — OEVEIOPER AWARDED PROJECfS Form Revised April 2, 2014 Tradition, Central Phase 26 City Project #103142 ooai o0 DAP BID FOR�4 Page 3 of 3 Total Base Bid $1,773,249.00 Altecnate Bid Deductive Altei•nate Additive Alternate TOTAL BID $1,773,249.00 7. Bid Submittal This Bid is submitted on June 30, 2021 by the entity named below: 1 I: Receipt is acknowledged of the following Addenda: Initial Printed Name: Bryan Piper Title: Executive Vice President Company: SAI Construction Address: 2105 Waterview Park Richardson, TX 75080 State of I�Icorpoi•atio�l: E�nail: Phone: 972-241-2632 Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 END OF SECTION CITY OF FORT WORTH Tradition, Central Phase 28 STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJEC�S CIYy P�OJ2CY #103142 Form Revised April 2, 2014 SECTION 00 i2 43 Ueveloper Awarded Projects - PROPqSAL FORM "I�radilion, Phase 2B, City Project N103142 UNIT PRICE DID Project Ilem Infonnalion Bidder's Proposal Didlist Specification Unit of f3id � ��� �� Descriplion Section No. Measure Quanlit Lnil Price Did � alue Water Fadlilies 3305 18 �3331.4115 8" SDR-26 PVC Sewer Pipe 19 3331.4118 8" PVC Sanitary Sewer Pipe w/ CSS Backfill 20 3339.1001 4' Std. Dia. Manhole 21 3339.1003 4' Extra Depth Manhole 22 9999.0005 Conned to Exisling 8" Sewer 33 05 10 LF 3 108 33 05 15 EA 6 33 31 50 EA 110 3311 10, 33 31 12, LF 2,960 33 31 20 331110, LF 148 33 11 12 33 39 10, 33 EA 12 39 20 33 39 10, 33 �F � B 39 20 00 00 00 EA 1 00 $42.50 5125,800 $55.00 $8,140 $4,325.00 $51,900, $205.00 $3,280 $1,500.00 $1,500 cnvor rox� xvuni r,aa„n. rw.� m �TA�I):1NI) C'1)\�lAi K'7111Y IIII) IRttICxAI.-0I�:\7:l (h'I�.R AN'nIUJFD I'RIUk'( f 1 C}q' �aj� Y•' IUI�.I` F�rmNnicN/inu�:9.:Olt IA1J'Ji HidR�T�uI WaterlSanitary SewerlStorm Drain Fecllitles Subtotal 1,2 , 2.0 sec� �o� oo a2 a3 De�•cloper ,1�earded 1'rojects • PROPOSAI. POR\4 Tradition, Phasc 2I�, City Projec� N 103142 l9►Y.YYi3I�l�I17I� Project Ittm Infonnation Bidder's Proposal BiJlist pescriplion Specificalion Unit of ��d Unit Price 6id Vnlue I�em Section No. Measure Quenti � Bid Sum Performance/Pa ment and 2- ear Mainlenance Bonds * 532,600.00 Grand Total 51,773,249.00 * PLEASE NOTE, BONDS ARE NOT A BID ITEM This bid is submitled by the enlily lisled balow: Company: SAI Construction � Piper Slreet Address: 2105 Watarview Parkway City, Stale, Zip Code: Richardaon, TX 75080 � Ptane:972-247-2692 gneture Title: Executive Vice President Date: Conirnctor ngrtes to tomplcte WORK (or F'INAL ACCEPTAYCE xithin 125 working deye oher �he de�e CON7RACT commences lo run os providcd in lhe Cener�l Condilions. END OF Slf.7'10\ cnr or rukr wiu�ni n,e���,n. vm,.:x � IANUNtU Cc)u� IRU' IIU� IiIU PRUIlKN: UI�:YI:L�M'I:R A\1'NUN:U PRl»I�.(' I+ Cin R��ea � IOJI�: Fttm Rr.�..J Jenwn ?1.:��Ml �11 �? a1 II:J 1're{oul 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #103142 Revised April 2, 2014 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm’s e-mail address and fax number. (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #103142 Revised April 2, 2014 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #103142 Revised April 2, 2014 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION 0o as i z DAP PREQUAI_IFICATION STA"tER1ENT Page I of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalitied conri�actors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Type" box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for pavin� Major Work Type Contractor/Subcontractor Prequalification Com an Name Ex ieation Date Water and Wastewater New Development, Rehabilitation and Redevelopment Open Cut SAI Construction 04/30/2022 all sizes) Conc►•ete Construction/Reconstcuction SAI Construction (unlimited) � ��3 � �'a ?� The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are curi•ently pt•equalifed fot• the work types listed. BIDDER: SAI Construction 2105 Waterview Parkway Richardson, TX 75080 BY: an P' ei• � � (Signature NAME/TITLE: Executive Vice President DATE: END OF SECTION CITY OF FORT WORTH Tradition, Central Phase 2B, 103142 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT — DEVELOPER AWARDED PROIECTS 00 45 12_Prequal Statemen[ Form Version September 1, 2015 0o as 26 - � CONTRACTOR COMPL[ANCE WITH WORK�R'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractoc certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103142 . Contt•actor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR SAI Construction Company 2105 Waterview Address By: Br, a�per C-� C�_ Signature: - - Richal•dson, TX 75080 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT Title: Executive Vice President BE�O,�RE ME, th� an eisigned authority, on this day perso�lally appeared {� Q� l� •� , known to me to be the person whose name is subscribe to the foreg '� insti�u nt, an ackn w edged to me that he/she executed the same as the act and deed of ����,t ,��r-���— for the purposes and consideration therein expressed and in the capacity therein stated. G7��7 GIVE NDER��AND AND SEAL OF OFFICE this � c day of v , 2021. Notar Public in and for the State of Texas END OF SECTION �s�s�. �,,ss.,�r�,,�.,��:�•� �,�..- ��5 � MONICA 0 BLACIC6URN �� Notary ID #132061622 ' /,I'� My Commission Exp�res ��� %"�� June 21 , 2023 �:� CITY OP �ORT WORTEI Tradition, Central Phase 2B STANDARD CONSTRUCTION SPGCI[ ICATION DOCUMGNTS City Project # 103142 Revised April 2, 2014 October 8, 2021 DocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A94702 DocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A94702 DocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A94702 Senior Managing Director Robert W. Witte see attached DocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A94702 10/9/2021 HT HWY 114 DEVELOPMENT LP, a Texas limited partnership By: HT Hwy 114 Development LLC, a Delaware limited liability company, its general partner By: HT Hwy 114 LP, a Delaware limited partnership, its sole member By: Hines Hwy 114 LLC, a Delaware limited liability company, its general partner By: Hines Hwy 114 Associates LP, a Texas limited partnership, its sole member By: Hines Investment Management Holdings Limited Partnership, a Texas limited partnership, its general partner By: Name: Robert W. Witte Title: Senior Managing Director DocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A94702 Policy Number TB5-Z91-473556-021 Issued by Liberty Mutual Fire Insurance Company THlS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT GAREFULLY. COMMERCIAL GENERAL LIABILITY ADDITIONAL INSURED ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: item 1 Item 2. Item 3. Item 1. Blanket Additional insured Where Required By Written Agreement Lessors of Leased Equipment Managers ar Lessors of Premises Mortgagees, Assignees or Receivers Owners, Lessees or Contractors Architects, Engineers or Surveyors Any Person or Organization Blanket Additional Insured — Grantor Of Permits Other Insurance Amendment Blanket Additional Insured Where Required By Written Agreement Paragraph 2. of Section II — Who Is An Insured is amended to add the following: Additional Insured By Written Agreement The foilowing are insureds under the Policy when you have agreed in a written agreement to provide them coverage as additional insureds under your policy: 1. Lessors of Leased Equipment: The person(s) or organization(s) from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in pa�t, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). This insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 2. Managers or Lessors of Premises: Any manager(s) or lessor(s) of premises leased to you in which the written lease agreement obligates you to procure additional insured coverage. The coverage afForded to the additional insured is limited to liability in connection with the ownership, maintenance or use of the premises leased to you and caused, in whole or in part, by some negligent act(s) or omission(s) of you, your "empioyees", your agents or your subcontractors, There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obiigates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out of the additional insured's sole negligence. LG 20 58 11 18 O 2018 Liberty Mutual Insurance Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This insurance daes not apply to: a. Any "occurrence" which takes place after you cease to be a fenant in that premises or to lease that land; b. Structural alterations, new construction or demolition operations performed by or on behaif of that manager or lessor; or c. Any premises for which coverage is excluded by endorsement. 3. Mortgagees, Assignees or Receivers: Any person(s) or organization(s) with respect to their liability as mortgagee, assignee or receiver and arising out of your ownership, maintenance or use of the premises. This insurance does not apply ta structural alterations, new construction and demolitian operations performed by or on behalf of such person(s) or organization(s). 4. Owners, Lessees or Contractors: Any person(s) or organization(s) to whom you are obligated to procure additional insured coverage, but oniy with respect to liability for "bodily injury", "p�operty damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) af yaur "employees", your agents, or your subcontractors, in the performance of your ongoing operations. This insurance does not apply ta "bodily injury", "property damage", or "personal and advettising injury" arising out of "your work" included in the "products-completed operations hazard" unless you are required to provide such coverage for the additional insured by the written agreement, and then only for the period of time required by the written agreement and only for liability caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of your "employees", your agents, or your subcontractors. There is no coverage for the additionai insured for liability arising out of the sole negligence of the additionai insured or those acting on behelf of the additional insured, except as provided below. If tha written agreement obligates you to procure additional insured coverage for fhe additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out the additional insured's sole negligence. This insurance does not apply to "bodily injury", "praperty damage" or "personai and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege neg(igence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services. 5, Architects, Engineers or Surveyors: Any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury", "property damage" or "personai and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s} or omission(s) of those acting on your behalf: a. In connection with your premises; or b. In the performance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services by or for you, including: LC 20 58 11 18 O 2018 Liberty Mutual Insurance Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with ifs permission. a. The preparing, approving, orfailing to prepare orapprove, maps, shop drawings, apinions, reports, surveys, fiefd orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employmeni, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by or for you. 6. Any Person or Organization Other Than a Joint Venture: Any person(s) or organization(s) {other than a joint venture of which you are a member) for whom you are obligated to procure additional insured coverage, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of those acting on your behalf: a. In the performance of your ongoing operations; or b. In connection with premises owned by or rented to you. This insurance does not appiy to: a. Any person(s) or organization(s} more specificaliy covered in Paragraphs 1. through 5. above; b. Any construction, renovation, demolition or installation operations performed by or on behalf of yau, or those operating on your behalf; or c. Any person(s) or organization(s) whose profession, business or occupation is that of an architect, surveyor or engineer with respect to liability arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, inciuding: (1) The preparing, approving or failing to prepare or approve, maps, drawings, opinions, reports, surveys, field orders, change arders, designs and specifications; or {2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervisian, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by or on behalf of you, or those operating on your behalf. The insurance afforded to any person(s) or organization(s) as an insured under this Item 1.: 1. Applies to the extent permitted by law; 2. Applies only to the scope of coverage and the minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this Policy; 3. Does not apply to any person(s) or organization(s) for any "bodily injury", "property damage" or "personal and advertising injury" if any other additional insured endorsement attached to this Policy applies to such person(s} or organization(s� with regard to the "bodily injury", "properfy damage" ar "personal and advertising injury"; 4. Applies only if the "bodily injury" or "property damage" occurs, or the offense giving rise to the "personal and advertising injury" is committed, subsequent to the execution of the written agreement; and 5. Applies only if the written agreement is in effect at the time the "bodily injury" or "property damage" occurs, or at the time the offense giving rise to the "personal and advertising injury" is comrnifted. LC ZO 58 11 18 O 2018 Liberty Mutual Insurance Page 3 of 4 Inc(udes copyrighted material of Insurance Services Office, Inc., with its permission. Item 2. Bianket Additianai Insured — Grantor Of Permits Paragraph 2. of Section II — Who Is An Insured is amended to add the following: Any state, municipality or political subdivision that has issued you a permit in connection with any operations performed by you or on your behalf, or in connection with premises you own, rent or control, and to which this insurance applies, but only to the extent that you are required ta provide additionai insured status to the stafe, municipality or political subdivision as a condition of receiving and maintaining the permit. Such state, municipality or political subdivision that has issued you a permit is an insured only with respecf to their liabiliiy as grantor of such permit to you, However, with respect to the state, municipality or political subdivision: 1. Coverage will be no broader than required; and 2. Limits of insurance will not exceed the minimum limifs of insurance required as a condition for receiving or maintaining the permit; but neither the scope of coverage nor the limits of insurance wil! exceed those provided by this Policy. This insurance does not apply to: �. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state, municipality or political subdivision; 2. Any "bodily injury" or "property damage" included within the "products-completed operations hazard", except when required by written agreement initiated prior to loss; or 3. "Bodily injury", "property damage" or "personal and advertising injury", unless negligently caused, in whole or in part, by you or those acting on your behalf, Item 3. Other insurance Amendment If you are abligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person(s) or organization(s) that qualifies as an additional insured on this Policy, this Policy wili apply solely on the basis required by such written agreemeni and Paragraph 4. Other Insurance of Section IV — Gommercial General Liability Conditions will not apply. Where the applicable written agreement does not specify on what basis the liabilify insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV — Commerciat General �iability Conditions will apply. However, this insurance is excess over any other insurance available to the additional insured for which it is also cavered as an additional insured for the same `'occurrence", claim or "suit". LC ZO 58 11 18 O 2018 Liberty Mutual Insurance Page 4 of 4 Includes copyrighted material of insurance Services O�ce, Inc., with its permission. Policy NumberTBS-Z91-473556-021 issued by �iberty Mutual Fire insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Item 2. Item 3. Item 4. Item 5. Item 6. Item 7. Item 6. Item 9. Item 10. Item 11. Item 12. Item 13. Item 14. Reasonable Force Non-Owned Watercraft Extension Damage To Premises Rented To You — Expanded Coverage Bodily Injury To Co-Employees Health Care Professionals As Insureds Knowiedge Of Occurrence Or OfFense Notice Of Occurrence Or OfFense Unintentional Failure To Disclose Bodily Injury Redefined Supplementary Payments — increased Limits Property In Your Care, Custady Or Control Mobile Equipment Rede�ned Newiy Formed Or Acquired Entities Waiver Of Right Of Recovery By Written Contract Or Agreement Item 1. Reasonable Force Exclusion a. of Section 1— Coverage A— Bodily injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury "Sodily 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. Item 2. Non-Owned Watercraft Extension Paragraph (2) of Exciusion g. of Section I— Coverage A— Bodily Injury And Property Damage Liabiliry is replaced by thefoliowing: (Z) A watercraft you do not own that is: (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge; Item 3. Damage To Premises Rented To You — Expanded Coverage A. The final paragraph of 2. Exclusions of Section I— Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: t,C 32 199 11 18 �O 2018 Liberty Mutual Insurance Page 1 of 5 Includes copyrighted material ot Insurance Services Office, Inc., with its permission. Exclusionsc. through n. do not apply to damage by fire, lightning or explosion or subsequentdamages resulking from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described inSection III — Limits Of Insurance. B. Paragraph 6. of Sectian III — L.imits Of fnsurance is replaced by the following: 6. Subject to Paragraph S. 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 byfire, lightning,exp(osion or subsequentdamages resuitingfrom such fire, lightning or explosion inciuding water damage ta premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 9.a. of the definition of "insured contract" irSection V— Definitians is replaced by the following: a. A contract for a lease of premises. However, that portion ot the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission dfie owner is not an "insured contract"; p. The paragraph immediatelyfollowing Paragraph (6} of Exclusion j. of Section I— Coverage A— Bodily Injury And Property Damage l.iability is replaced by the following: Paragraphs (1}, (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutivedays. A separate limitof insurance applies to Damage To Premises Rented To You as described in Section tll — Limits of Insurance item 4. Bodify Injury To Co-Employees A. Paragraph Z. of Section II — Who Is An Insured is amended to include: Each of the following is also an insured: Your "empioyees" (other than either your "executive officers" (if yau are an organization other than a partnership,jointventure or limitedliabilitycompany) or your managers (if you are a limitedliabilitycompany)) or "volunteer workers"are insuredswhile in the course of their employmentor whileperform ing duties related to the conduct of your business with respect to "bodily injury": (1) To you; (2) To your partners or members (if you are a partnership orjoint venture); (3) To your members (if you are a limited liability company); or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employmentby you or whileperforming duties related to the conductof your business (including pa�ticipation in any recreational activities sponsored by you). Paragraph Z.a.(1)(a) of Section II — Who Is An Insured does not apply to "bodily injury" for which insurance is provided bythis paragraph. LC 32 199 11 18 � 2018 Liberty Mutual insurance Page � of S includes copyrighted material of insurance Services O�ce, Inc., with its permission. B. The insurance provided by this item 4. for "bodily injury" to a co-"employee" or "volunteer worker" will not apply if the injured co"employee's" or "volunteer worker's" sole remedy for such injury is provided under a workers' compensation law or anysimilar law. C. Other Insurance The insurance provided by this Item 4. is excess over any other valid and collectible insurance avai�able to the insured, whether primary, excess, contingent or on any other basis. Item S. Health Care Professionals As Insureds A. Paragraph 2.a.(1)(d} of Section 11— Who Is An Insured is replaced by the foilowing: (d} Arising out of his or her providing or failure to provide professional health care services. However, any "employee" or "volunteer worker" of the Named Insured who is acting as a Good Samaritan in response to a public or medical emergency or who is a"designated health care provider" is an insured with respect to "bodily injury" and "personal andadvertising injury" that: (i) Arises out of the providing of or failure to provide professional health care services; and (ii) Occurs in the course af and withinthe scope of such "employee's" or "volunteer warker's" employment by the Named Insured. B. W ith respect to "employees" and "volunteer workers" providing professional health care services, the following exciusions are added to Paragraph 2. Exclusions of Section I— Coverage A— Bodily lnjury And Praperty Damage Liabifity and Paragraph 2. Exclusions of Section I— Coverage B— Personal And Advertising fnjury Liability: This insurance does not apply to: (1) Liability assumed under an "insured contract" or any other contract or agreement; (2) �iability arising out of the providing of professional health care services in violation of law; (3) Liabilityarising out of the providing of any professional health care services while in any degree under the influence ofintoxicants or narcotics; (4) Liabiliry arising out of any dishonest, fraudulent, malicious or knowingly wrongful act or failure to act; or (5) Punitive or exemplary damages, fines or pena(ties. C. The following definition is added tcSection V— Definitions: "Designated health care provider" means any "employee" or "volunteer worker" of the Named Insured whose duties include providing professional health care services, including but not limited to doctors, nurses, emergency medica! technicians odesignated first aid personnel. D. Other Insurance The insurance provided by this [tem 5. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 6. Knowledge Qf Occurrence Or Offense Knowledgeof an "occurrence" or offense by your agent, servant or "employee" will not in itselfconstituteknowledge by you unless your "executive afficer" or "emp(oyee" designated by you to notify us of an "occurrence" or offense has knowledge of the"occurrence" or ofFense. LC 32 199 '11 18 0 2018 Liberty Mutual Insurance Page 3 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Item 7. Notice Of Occurrence Or Offense For purposes of Paragraph 2.a. of Section IV — Commerciat General Liabilify Conditions, you refers to your "executive o�cer"or "employee" that you have designated tn give us notice. Item 8. Unintentional Failure 7o Disclose Unintentionalfailure of the Named Insured to discloseali hazards existingat the inception of this Policyshall not be a basis for denial of any coverage afforded by this Policy. However, you must report such an error or omissionto us as soon as practicableafter its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. Item 9. Bodity fnjury Redefined The definition of "bodily injury" ir6ection V— Definitions is replaced by the foflowing: "Bodily injury" means: a. Bodily injury, sicknessor disease sustainedby a person, including death resulting from any of these at any time; and b. Mentai anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means any type ofinental or emotional iliness or distress. Item 10. Supplementary Payments — Increased Limits Paragraphs 1.b. and 1.d. of Sectian i— Supplementary Paymer►ts — Coverages A And B are replaced by the following: b. Up to $3,000 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of anyvehicle to which Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist in the investigationor defense of the claim or "suit",including actual loss of earnings up to $500 a day because of time off from work. Item 11. Property In Yaur Care, Custody Or Control A. Paragraphs (3) and (4} of Exclusion j. of Section I— Coverage A— Bodily Injury And Property Damage Liability are deleted. B. Addi#ional Exclusion Coverage provided by this endorsement does not apply to "property damage" to property while in transit. C. Limits of insurance Subject to Paragraphs 2., 3., and 5. of Section IU — Limits Of Insurance, the most we wili pay for insurance provided by ParagraphA. above is: $10,�00 Each Occurrence Limit $75,000 Aggregate Limit The Each Occurrence Limitfor this coverage applies to all damages as a result of any one "occurrence" regardless of thenumber of persons or organizations who sustain damage because of that "occurrence". The Aggregate Limit is the most we will pay for the sum of ali damages under this Item 11. LC 32 199 11 18 O 2018 Liberty Mutual Insurance Page 4 of S Includes copyrighted materiai of Insurance Services O�ce. Inc., with its permission. D. Otherinsurance This insurance does not apply to any portion of a loss for which the insured has available any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance was specifically purchased by the insured to apply in excess of this Policy. ftem 12. Mobi�e Equipment Redefined The definition of "mobile ec�uipment" in Sectian V— Definitions is amended to inc(ude self-propelled vehicies with permanently attached equipment less than 1000 pounds gross vehide weight that are primarily designed for: (1) Snow removal; (Z} Road maintenance, but not construction or resurfacing; or (3) Street cleaning. However, "mobile equipment" does not include land vehicles that are subject to a compulsory or financial responsibilitylaw or other motor vehicle insur,ance law where such vehicles are licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibilitylaw or other motor vehic�e insurance law are considered "autos". Item 13. Newly Formed �r Acquired Entities A. Paragraph 3, of 5ection II — Who Is An insured is replaced by the foliowing; 3. Any organization you newly acquire or form, other than a partnership or joint venture, and over whichyou maintainmajorityownershipor majorityinterest, willqualify as a Named insured if there is no other similar insurance available to that organization However: a. Coverage under this provision is afforded only until: (1} The 18dth day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3) The end of the poticy period whichever is eariier; b. Section t— Coverage A— Bodily Injury And Property Damage Liability does not apply to "bodily injury" or "propertydamage" that occurred before you acquired or formed the organization; and c. Section I— Caverage B— Personal And Advertising Injury Liability does not apply to "personal and advertising injury"arising out of an offense committed before you acquired or formed the organization. B. The insurance afforded to any organization as a Named Insured under this Item 13. does not apply if a Broad Form Named Insuredendorsement attached to this Po(icy applies to that organization. Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial General Liability Conditions: We waive any right of recovery because of payments we make under this Policyfor injury or damage arising out of your ongoing operations or "your work" included in the "products-completed operations hazard" that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury" or "property damage" occurs, or offense giving rise to "personal and advertising injury" is committed subsequent to the execution of the written contract or agreement. LC 32 199 11 18 �O 2018 Liberty Mutual Insurance Page 5 of 5 Includes copyrighted materia! of Insurance Services Office, Inc., with its permission. Policy Number AS2-Z91-47 35 5 601 1 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POI.ICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM 1. II. I II. IV. V. VI. VII. VIII. IX. X. XI. X11. XIII. XIV. XV. XVI. XVII, XVIII. XIX. XX. XXI. XXII. XXIII. Newly Acquired or Formed Organizations Employees as Insureds Lessor - Additiona) Insured and �oss Payee Supplementary Payments - Increased Limits Fellow Employee Cove�age Personal Property of Others Additional Transportation Expense and Cost to Recover Stolen Auto Airbag Coverage Tapes, Records and Discs Coverage Physical Damage Deductible - Single Deductible Physical Damage Deductible - Glass Physical Damage Deductible - Vehicle Tracking System Duties in Event of Accident, Claim, Suit or Loss Unintentional Failure to Disclose Hazards Worldwide Liability Coverage - Hired and Nonowned Autos Hired Auto Physical Damage Auto Medical Payments Coverage Increased Limits Drive Other Car Coverage - Broadened Coverage for Designated Individuals Rental Reimbursement Coverage Notice of Cancellation or Nonrenewal Loan/Lease Payoff Coverage Limited Mexico Coverage Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words "you" and '"your" also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, pravided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day aiier you acquire or form the organization; or 2. The end of the policy period, whichever is earlier; and G The coverage does not apply to an "accident" which ocwrred before you acquired or formed the organization. AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 1 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. II. EMPLOYEES AS INSUREDS Paragraph A.1. Who Is An Insured of SEC710N 11 - COVERED AUiOS LIABIL[TY COVERAGE is amended to add the following: Your "employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your persona! affairs. 111. LESSOR - ADDITIONAL. INSURED AND LOSS PAYEE A. Any "leased auto" will be considered an "auto" you own and not an °'auto" you hire or borrow. The coverages pravided under this section apply to any "leased auto" until the expiration date of this policy or until the lessor or his or her agent takes possession of the "leased auto" whichever occurs first. B. For any "leased auto" that is a cavered "auto" under SECTION Il - COVERED AUTOS UABtLl1Y COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the "leased auto". However, the lessor is an "insured" only for "bodily in}ury" or "property damage" resulting from the acts or omissions by: 1. You. 2. Any of your "'employees" or agents; or 3. Any person, except the fessor or any "employee" or agent af the lessor, operating a°leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the "leased auto" for "loss" to the covered "leased auto". 2. The insurance covers the interest of the lessor of the "leased auto" unless the "loss" resufts from fraudu(ent acts or omissions on your part. • 3. If we make any paymen� to the lessor o# a"leased auto", we will obtain his or her rights against any other party. D. Cancetlation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancelfation ends this agreement. E. The lessor is not liable tor payment of your premiums. F. For purposes of this endorsement, the following definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use in your business, inc{uding any "temporary substitute" of such "leased auto". "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "lass" or destruction. AC 84 0711 17 m 2017 Liberty Mutual Insurance Page 2 of 10 Includes copyrighted maierial of Insurance Setvices Offce, Inc., wiih its permission. !V. SUPP�EMENTARY PAYMENTS - INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - COVER�D AUTOS �IABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. {4) All reasonab[e expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time otf from work. V. FELLOW EIUIPLOYEE COVERAGE A. Exclusion B.S, of SECTION [I - COVERED AUTOS LIABIL.ITY COVEE2AGE does not apply. B. For the purpose of Fellow Employee Coverage onfy, Paragraph B.S. of SECTION tV - BUSINESS AUTO CONDITIONS is changed as follows: 7his� Fe(louv Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY t)F OTHERS Exclusion 6. in SECTION 11- COVERED AUTOS LIABILtT1f COVERP►GE f.ar a covered °auta" is amended to add the following: This exclusion does not appiy to "property damage° or "covered pollution eost or expense" involving "personal property" of your "employees" or others wrhile such property is carried by the covered "auto". The Limit af lnsurance for this coverage is $5,000 per "accident". Payment under this coverage does not increase the Limit of Insurance. For tbe purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held for the production or collectian of income. VII. ADDITtONAL TRANSPORTATtON EXPENSE AND COST 70 RECOVER.STOLEN AUTO A. Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to $5o per day and to a maximum limit of $7,000. B. Paragraph A.4.a. of SECTtON I1t - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the beclarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred 6y you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. VI11. AIRBAG COVERAGE Exdusion B.3.a. in SECTION 11! - PHYSICAI. DAMAGE COVERA6E is amended to add the following: This exclusion does noi appfy ta the accidental discharge of an airbag. fX. TAPES, REGORDS AND DISCS COVERAG� Exclusion B.4.a. of SECTION Ill - PHYSICAI. DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visua! or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, viswal or data electronic devices: � AC 84 0711 '!7 8 2017 Liberty Mutual Insurance Page 3 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (9) Are your property or that af a family member; and (2) Are in a covered "auto" at the :time of °'loss". The most we wril! pay for °[oss" is $200. No Physical Damage Coverage deductibfe applies to this caverage. � X. PHYStCAL DAMAGE DEDUCTtBLE - SINGLE DEDUCTIBLE Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auta", our obligation to pay for, repair, return or replace damaged .or stolen property will be reduced by the app(icable deductible shown in the Declarations. Any Comprehensive Coverage deductible show.n in the declarations does not apply to °Ioss" caused by fire or lightning. When two or more covered "autos" sustain "loss" in the same collision, the total of all the "loss" for alf the involved covered "autos" will be reduced by a single deductible, which vuill be the largest of afI the deductibles applying to all such covered "autos". XI. PHYSICAL DAMAGE DEDUCTIBLE — GLASS Paragraph D. in SEGTION III - PHYSICAL DAMAGE COVERAGE is amended ta add ihe following: No deductible applies tv "loss" to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE,- VEHICLE TRACKING SYSi'EM Paragraph D. in SECTION�III - PHYStCAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any "{oss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of�recovery ofthe vehicle. . XIIl. DUTlES IN. EVENT OF ACCIpENT, CL.AlM: SUIT OR LOSS Subparagraphs A.2.a. and A,2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident", claim, "suit" or "loss", your insurance manager or any other person you designate must notify us as soon as reasonably possib,Ie of such "accident", claim, "suit" or "loss°. Such notice must include: (1) How, when and where the "accident" or "loss" occurred; (2) Ttie "insured's" name and address;,and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident", .claim, ':suit" or "los5" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance rnanager or any other person you designate has received notice of the "accident", claim, "suit" or "loss" from your agent, servant or "employee". b. Additianally, you and any other involved "insured'' must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's" own cost. AC 84 07'11 17 � � 2017 Liberty Mutual Irtsurance Page 4 of 10 Includes copyrighted material of Insurance Services O�ce, Inc., with its permission. (2) lmmediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or "suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE 70 DISCLOSE HAZARDS Paragraph• B.2. in SECTION IV - BUSINESS AUTO CONDI710NS is amended ta add the following: Any unintentional failure to disclose a(I exposures or hazards existing as of the effective date of the Business Auto Coverage F.orm or at any time during the policy periad will not invalidate or adversely affect the coverage for such exposure or hazard. Nowever, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. XV. WORLDWIDE LIABILITY COVERAGE - HIRED AND NONOWNED AUTOS Condition 8.7. in SECTION 1V - BUSINESS AUTO CONDITIONS is amended to add the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject ta the following provisions: a. If claim is made or "suit" is brought against an "insured" outside of the United States of America, its territories and p.ossessions, Puerto Rico and Canada, we shalf have the right, but not the duty to investigate, negotiate, and settle or defend such claim or "suit". If we do not exercise that. right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shafl reasonably request regarding such claim or "suit" and its investigation, negotiation, and settlement or defense. The "insured" shall not agree ta any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. _ We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. � Failure to comply with the auto insurance laws of ather countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Dec(arations for Physical Damage Coverage for Hired or Borrowed Autos, the fol(owing will apply: A. We will pay for "loss" wnder Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: AC 84 07 11 17 . �O 2017 Liberty Mutual Insura�ce Page 5 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. The most we will pay for coverage afforded by this endorsemenE is th.e {esser of: a.. The actual cost to repair or replace sucli covered "auto" with other property of like kind and quality; or , b. The actual cash vafue of such covered "auto" at the time of the "loss". 2. An adjustment for depreciation. and physical condition will be made in determining actual cash value in the event of a total "loss". 3. If a repair or replacement reSults in better than like kind or quality, uue will nat pay for the amount of the betterment. B. For each covered "auto", aur obligation to pay for, repair, return or replace the covered ''auto" will be reduced by any deductibls shown in the Declarations that applies to private p.assenger "autos" that you own. If no applicable deductible is.shown in the Declarations, the deductible will be $250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph A.4.b. of SECTION 111- PHYSICAL DAMAGE COVERAGE is replaced by the following: b. Loss of Use Expenses � For Hired Auto Physical. Damage provided by this endorsement, we wil( pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired w.ithout a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than co[lision only if the Declarations indicate that Comp�ehensive Coverage is provided for any covered "auto"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Gollision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most vue vuill pay under this coverage is $30 per day, subject to a maximum of $900. XVII. AUTO MEDICAL PAYMENTS C�VERAGE - INCREASED LIMITS For any covered "iass", the L.imit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was vuearing a seat belt at the time of the "accidenf'. This is the maximum amount we will pay for alf covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, clairns made, or vehicles involved in the "'accident". If no limit of insurance for Auto Medica! Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVI11. DRIVE OTHER CAR COVERAGE - BROADENED GOVERAGE FdR DESIGNATED INDIVIDUALS A. Th.is endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II - COVERED AtJTOS I.IABILITY COVERAGE is amended as fiollows: 1. Any "auto" you don't own, hire ar borrow is a covered "auto" for Liability Coverage while being used by any individuaf named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: AC 84 0711 17 � 2017 Liberty Mutual Insurance Page 6 of 10 Includes copyrighted material of Insurance Services O�ce, Inc., with its permission. a. Any "auto" owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selfing, servicing, repairing or parking "autos". 2. The following is added to Who Is An insured: Any individual named in the Drive Other Car section of the Schedufe to this endorsement and his or her spouse, while a resident of the .same household, are "insureds" while using any covered "auto" described in Paragraph B.'1. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An tnsured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any "auto" you don't own except: . Any "auto" owned by that individual or by any "family member". D. SECTION Ill - PHYSICAL bAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedu(e to this endorsement or his or her spouse whi(e a resident of the same household except: 1. Any "auto" owned by that individual or by any member of his or her household; or � 2. Any "auto". used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". E. For purposes of this endorsement, SECTION V- DEFINITIONS is amended to add the foliowing: "Famify member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. REN7AL REIMBURSEMENT CC3VERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we wifl pay for rental reimbursement expenses incurred by you for the rentat of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicabie amount of physical damage coverage you have on .a covered "auto". No deductibles apply to this coverage. B. We will pay onfy for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a rnaximum of $900 in any one period. AC 64 O7 1'I 17 O 2017 l.iberty Mutual Insurance Page 7 of 10 Includes copyrighted matenal of Insurance Services Office, Inc., with its permission. D. This coverage does not apply: 1. While there are spare or reserve "autos" available to you foryour operations; or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" resuits from the tatal theft of a covered "auto" of the private pas�enger type, we will pay under ,this coverage only that amount of your renta{ reimbursement expenses whicfi is not a(ready provided for under Paragraph A.4. Coverage Extensibns of SECTION 1I1 — PHYSICAL DAMAGE COVERAGE af the Business Auto Coverage Form or Section VI1 of this endorsement. XX. NOTICE OF CANCELLATION OR NONRENEWA� � A. Paragraph A.2. of the COMMON POLLCY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewral to the Named Insured, and to any name(s) and address(es) showrn in the Gancellation and Non-renewal Schedule: a. Far reasons of non-payment, the greater of: . (1) 10 days; or � (2) The number of days specified in any other Cancel(ation Condition attached to this policy; or b. For reason$ other than non-payment, the greater of: • (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewral Schedule; or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the efFective date of the cancellation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLtCY CONDITIONS, and any amendments thereto, remain in full farce and effect. XXt. L.OAN/LEASE PAYOFF COVERAGE � The foflowing is added to Paragraph C. Limits Of Insurance of SECTION tll - PHYSICAL pAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" of the private passenger typ.e shown in the schedute or declarations f.or which Collision and Comprehensive Coverage apply, we will pay any unpaid a.mount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSI.CAL DAMAGE GOVERAGE SECTION of the policy; and 2. Any: � a. Overdue lease/loan 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 returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Heaith, Accident or Disability Insuranee purchased with the loan or lease; and � AC 84 07 11 '17 O 2017 Liberry Mutual lnsurance Page 8 of 10 Includes copyrighted material of (nsurance Services Office, Inc., wit}i its permission. e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of $1,500 for each covered "auto". XXtI.LIMITED MEXICO COVERAGE WARNING . AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO. THE LAWS OF MEXICO ONLY - NOT THE I..AWS OF THE UNITED STATES OF AMERICA. THE REPUB�IC OF MEX1C0 CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATfER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NC)T BE RECOGNIZED BY THE MEXICAN AUTHORlT1ES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT AL.L. IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. , TH(S ENDORSEMENT DOES NOT APP�Y TO ACCfDENTS OR LOSSES WNICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNlTED STATES OF AMERICA. . A. Coverage 't. Paragraph BJ. of SECTION 1'V - BUStNESS AUTO COND(TIONS is amended by the addition of the following: The coverage territary is extended to include Mexico but only if all of the foI(owing criteria are met: a. The "accidents" or "loss" occurs within 25 miles of the United Sta#es border; and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph 8.5. Other insurance in SECTION lV - BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the folfowing: If a"loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto" must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such "loss" at the nearest United States point where the repairs can be made. C. Addifional Exctusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States. 2. To any "insured" who is not a resident of the United States. XXIII. WAIVER OF SUBROGATION Paragraph A.S. in SECTION N- BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to wa'rve rights of recovery against such person ororganization. AC 84 07 11 17 0.2017 l.iberty Mutual Insurance Page 9 of 10 Includes copyrighied material of Insurance Services Office, Inc., with its permission. Schedule Premium Liability INCL Physical Damage INCL Total Premium INCL XVif. Drive Other Car Name of individual N/A L1AB MP UM. UIM COMP . COL� XX. Notice of Cancellation ar Nonrenewal Name and Address � N/A Number af Days AC 84 07 11 '17 OO 2017 Liberly Mutual Insurance , Page 10 of 10 lncludes copyrighted materiaf of Msurance 5ervices Office, (nc., with its permission. 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 liabie 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. 1. ( ) Specific Waiver Name of person or organization Schedule (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 2.0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Issued by Liberty Mutual Insurance Corporation For attachment to Policy No.WCS-Z91-473556 Effective Date 10/13I2021 Premium $ Issued to Sisters Asphalt, Inc. WC 4Z 03 04 B �O Copyright 2014 National Council on Compensation Insurance, Inc. Page 1 of 1 Ed. 06101l2014 All Rights Reserved. Policy Number TB5-Z91-473556-021 Issued by Liberty Mutual Fire Insurance Company THlS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT GAREFULLY. COMMERCIAL GENERAL LIABILITY ADDITIONAL INSURED ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: item 1 Item 2. Item 3. Item 1. Blanket Additional insured Where Required By Written Agreement Lessors of Leased Equipment Managers ar Lessors of Premises Mortgagees, Assignees or Receivers Owners, Lessees or Contractors Architects, Engineers or Surveyors Any Person or Organization Blanket Additional Insured — Grantor Of Permits Other Insurance Amendment Blanket Additional Insured Where Required By Written Agreement Paragraph 2. of Section II — Who Is An Insured is amended to add the following: Additional Insured By Written Agreement The foilowing are insureds under the Policy when you have agreed in a written agreement to provide them coverage as additional insureds under your policy: 1. Lessors of Leased Equipment: The person(s) or organization(s) from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in pa�t, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). This insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 2. Managers or Lessors of Premises: Any manager(s) or lessor(s) of premises leased to you in which the written lease agreement obligates you to procure additional insured coverage. The coverage afForded to the additional insured is limited to liability in connection with the ownership, maintenance or use of the premises leased to you and caused, in whole or in part, by some negligent act(s) or omission(s) of you, your "empioyees", your agents or your subcontractors, There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behalf of the additional insured, except as provided below. If the written agreement obiigates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out of the additional insured's sole negligence. LG 20 58 11 18 O 2018 Liberty Mutual Insurance Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This insurance daes not apply to: a. Any "occurrence" which takes place after you cease to be a fenant in that premises or to lease that land; b. Structural alterations, new construction or demolition operations performed by or on behaif of that manager or lessor; or c. Any premises for which coverage is excluded by endorsement. 3. Mortgagees, Assignees or Receivers: Any person(s) or organization(s) with respect to their liability as mortgagee, assignee or receiver and arising out of your ownership, maintenance or use of the premises. This insurance does not apply ta structural alterations, new construction and demolitian operations performed by or on behalf of such person(s) or organization(s). 4. Owners, Lessees or Contractors: Any person(s) or organization(s) to whom you are obligated to procure additional insured coverage, but oniy with respect to liability for "bodily injury", "p�operty damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) af yaur "employees", your agents, or your subcontractors, in the performance of your ongoing operations. This insurance does not apply ta "bodily injury", "property damage", or "personal and advettising injury" arising out of "your work" included in the "products-completed operations hazard" unless you are required to provide such coverage for the additional insured by the written agreement, and then only for the period of time required by the written agreement and only for liability caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of your "employees", your agents, or your subcontractors. There is no coverage for the additionai insured for liability arising out of the sole negligence of the additionai insured or those acting on behelf of the additional insured, except as provided below. If tha written agreement obligates you to procure additional insured coverage for fhe additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out the additional insured's sole negligence. This insurance does not apply to "bodily injury", "praperty damage" or "personai and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege neg(igence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services. 5, Architects, Engineers or Surveyors: Any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury", "property damage" or "personai and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s} or omission(s) of those acting on your behalf: a. In connection with your premises; or b. In the performance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services by or for you, including: LC 20 58 11 18 O 2018 Liberty Mutual Insurance Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with ifs permission. a. The preparing, approving, orfailing to prepare orapprove, maps, shop drawings, apinions, reports, surveys, fiefd orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employmeni, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by or for you. 6. Any Person or Organization Other Than a Joint Venture: Any person(s) or organization(s) {other than a joint venture of which you are a member) for whom you are obligated to procure additional insured coverage, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of those acting on your behalf: a. In the performance of your ongoing operations; or b. In connection with premises owned by or rented to you. This insurance does not appiy to: a. Any person(s) or organization(s} more specificaliy covered in Paragraphs 1. through 5. above; b. Any construction, renovation, demolition or installation operations performed by or on behalf of yau, or those operating on your behalf; or c. Any person(s) or organization(s) whose profession, business or occupation is that of an architect, surveyor or engineer with respect to liability arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, inciuding: (1) The preparing, approving or failing to prepare or approve, maps, drawings, opinions, reports, surveys, field orders, change arders, designs and specifications; or {2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervisian, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by or on behalf of you, or those operating on your behalf. The insurance afforded to any person(s) or organization(s) as an insured under this Item 1.: 1. Applies to the extent permitted by law; 2. Applies only to the scope of coverage and the minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this Policy; 3. Does not apply to any person(s) or organization(s) for any "bodily injury", "property damage" or "personal and advertising injury" if any other additional insured endorsement attached to this Policy applies to such person(s} or organization(s� with regard to the "bodily injury", "properfy damage" ar "personal and advertising injury"; 4. Applies only if the "bodily injury" or "property damage" occurs, or the offense giving rise to the "personal and advertising injury" is committed, subsequent to the execution of the written agreement; and 5. Applies only if the written agreement is in effect at the time the "bodily injury" or "property damage" occurs, or at the time the offense giving rise to the "personal and advertising injury" is comrnifted. LC ZO 58 11 18 O 2018 Liberty Mutual Insurance Page 3 of 4 Inc(udes copyrighted material of Insurance Services Office, Inc., with its permission. Item 2. Bianket Additianai Insured — Grantor Of Permits Paragraph 2. of Section II — Who Is An Insured is amended to add the following: Any state, municipality or political subdivision that has issued you a permit in connection with any operations performed by you or on your behalf, or in connection with premises you own, rent or control, and to which this insurance applies, but only to the extent that you are required ta provide additionai insured status to the stafe, municipality or political subdivision as a condition of receiving and maintaining the permit. Such state, municipality or political subdivision that has issued you a permit is an insured only with respecf to their liabiliiy as grantor of such permit to you, However, with respect to the state, municipality or political subdivision: 1. Coverage will be no broader than required; and 2. Limits of insurance will not exceed the minimum limifs of insurance required as a condition for receiving or maintaining the permit; but neither the scope of coverage nor the limits of insurance wil! exceed those provided by this Policy. This insurance does not apply to: �. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state, municipality or political subdivision; 2. Any "bodily injury" or "property damage" included within the "products-completed operations hazard", except when required by written agreement initiated prior to loss; or 3. "Bodily injury", "property damage" or "personal and advertising injury", unless negligently caused, in whole or in part, by you or those acting on your behalf, Item 3. Other insurance Amendment If you are abligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person(s) or organization(s) that qualifies as an additional insured on this Policy, this Policy wili apply solely on the basis required by such written agreemeni and Paragraph 4. Other Insurance of Section IV — Gommercial General Liability Conditions will not apply. Where the applicable written agreement does not specify on what basis the liabilify insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV — Commerciat General �iability Conditions will apply. However, this insurance is excess over any other insurance available to the additional insured for which it is also cavered as an additional insured for the same `'occurrence", claim or "suit". LC ZO 58 11 18 O 2018 Liberty Mutual Insurance Page 4 of 4 Includes copyrighted material of insurance Services O�ce, Inc., with its permission. Policy NumberTBS-Z91-473556-021 issued by �iberty Mutual Fire insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Item 2. Item 3. Item 4. Item 5. Item 6. Item 7. Item 6. Item 9. Item 10. Item 11. Item 12. Item 13. Item 14. Reasonable Force Non-Owned Watercraft Extension Damage To Premises Rented To You — Expanded Coverage Bodily Injury To Co-Employees Health Care Professionals As Insureds Knowiedge Of Occurrence Or OfFense Notice Of Occurrence Or OfFense Unintentional Failure To Disclose Bodily Injury Redefined Supplementary Payments — increased Limits Property In Your Care, Custady Or Control Mobile Equipment Rede�ned Newiy Formed Or Acquired Entities Waiver Of Right Of Recovery By Written Contract Or Agreement Item 1. Reasonable Force Exclusion a. of Section 1— Coverage A— Bodily injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury "Sodily 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. Item 2. Non-Owned Watercraft Extension Paragraph (2) of Exciusion g. of Section I— Coverage A— Bodily Injury And Property Damage Liabiliry is replaced by thefoliowing: (Z) A watercraft you do not own that is: (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge; Item 3. Damage To Premises Rented To You — Expanded Coverage A. The final paragraph of 2. Exclusions of Section I— Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: t,C 32 199 11 18 �O 2018 Liberty Mutual Insurance Page 1 of 5 Includes copyrighted material ot Insurance Services Office, Inc., with its permission. Exclusionsc. through n. do not apply to damage by fire, lightning or explosion or subsequentdamages resulking from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described inSection III — Limits Of Insurance. B. Paragraph 6. of Sectian III — L.imits Of fnsurance is replaced by the following: 6. Subject to Paragraph S. 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 byfire, lightning,exp(osion or subsequentdamages resuitingfrom such fire, lightning or explosion inciuding water damage ta premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 9.a. of the definition of "insured contract" irSection V— Definitians is replaced by the following: a. A contract for a lease of premises. However, that portion ot the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission dfie owner is not an "insured contract"; p. The paragraph immediatelyfollowing Paragraph (6} of Exclusion j. of Section I— Coverage A— Bodily Injury And Property Damage l.iability is replaced by the following: Paragraphs (1}, (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutivedays. A separate limitof insurance applies to Damage To Premises Rented To You as described in Section tll — Limits of Insurance item 4. Bodify Injury To Co-Employees A. Paragraph Z. of Section II — Who Is An Insured is amended to include: Each of the following is also an insured: Your "empioyees" (other than either your "executive officers" (if yau are an organization other than a partnership,jointventure or limitedliabilitycompany) or your managers (if you are a limitedliabilitycompany)) or "volunteer workers"are insuredswhile in the course of their employmentor whileperform ing duties related to the conduct of your business with respect to "bodily injury": (1) To you; (2) To your partners or members (if you are a partnership orjoint venture); (3) To your members (if you are a limited liability company); or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employmentby you or whileperforming duties related to the conductof your business (including pa�ticipation in any recreational activities sponsored by you). Paragraph Z.a.(1)(a) of Section II — Who Is An Insured does not apply to "bodily injury" for which insurance is provided bythis paragraph. LC 32 199 11 18 � 2018 Liberty Mutual insurance Page � of S includes copyrighted material of insurance Services O�ce, Inc., with its permission. B. The insurance provided by this item 4. for "bodily injury" to a co-"employee" or "volunteer worker" will not apply if the injured co"employee's" or "volunteer worker's" sole remedy for such injury is provided under a workers' compensation law or anysimilar law. C. Other Insurance The insurance provided by this Item 4. is excess over any other valid and collectible insurance avai�able to the insured, whether primary, excess, contingent or on any other basis. Item S. Health Care Professionals As Insureds A. Paragraph 2.a.(1)(d} of Section 11— Who Is An Insured is replaced by the foilowing: (d} Arising out of his or her providing or failure to provide professional health care services. However, any "employee" or "volunteer worker" of the Named Insured who is acting as a Good Samaritan in response to a public or medical emergency or who is a"designated health care provider" is an insured with respect to "bodily injury" and "personal andadvertising injury" that: (i) Arises out of the providing of or failure to provide professional health care services; and (ii) Occurs in the course af and withinthe scope of such "employee's" or "volunteer warker's" employment by the Named Insured. B. W ith respect to "employees" and "volunteer workers" providing professional health care services, the following exciusions are added to Paragraph 2. Exclusions of Section I— Coverage A— Bodily lnjury And Praperty Damage Liabifity and Paragraph 2. Exclusions of Section I— Coverage B— Personal And Advertising fnjury Liability: This insurance does not apply to: (1) Liability assumed under an "insured contract" or any other contract or agreement; (2) �iability arising out of the providing of professional health care services in violation of law; (3) Liabilityarising out of the providing of any professional health care services while in any degree under the influence ofintoxicants or narcotics; (4) Liabiliry arising out of any dishonest, fraudulent, malicious or knowingly wrongful act or failure to act; or (5) Punitive or exemplary damages, fines or pena(ties. C. The following definition is added tcSection V— Definitions: "Designated health care provider" means any "employee" or "volunteer worker" of the Named Insured whose duties include providing professional health care services, including but not limited to doctors, nurses, emergency medica! technicians odesignated first aid personnel. D. Other Insurance The insurance provided by this [tem 5. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 6. Knowledge Qf Occurrence Or Offense Knowledgeof an "occurrence" or offense by your agent, servant or "employee" will not in itselfconstituteknowledge by you unless your "executive afficer" or "emp(oyee" designated by you to notify us of an "occurrence" or offense has knowledge of the"occurrence" or ofFense. LC 32 199 '11 18 0 2018 Liberty Mutual Insurance Page 3 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Item 7. Notice Of Occurrence Or Offense For purposes of Paragraph 2.a. of Section IV — Commerciat General Liabilify Conditions, you refers to your "executive o�cer"or "employee" that you have designated tn give us notice. Item 8. Unintentional Failure 7o Disclose Unintentionalfailure of the Named Insured to discloseali hazards existingat the inception of this Policyshall not be a basis for denial of any coverage afforded by this Policy. However, you must report such an error or omissionto us as soon as practicableafter its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. Item 9. Bodity fnjury Redefined The definition of "bodily injury" ir6ection V— Definitions is replaced by the foflowing: "Bodily injury" means: a. Bodily injury, sicknessor disease sustainedby a person, including death resulting from any of these at any time; and b. Mentai anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means any type ofinental or emotional iliness or distress. Item 10. Supplementary Payments — Increased Limits Paragraphs 1.b. and 1.d. of Sectian i— Supplementary Paymer►ts — Coverages A And B are replaced by the following: b. Up to $3,000 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of anyvehicle to which Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist in the investigationor defense of the claim or "suit",including actual loss of earnings up to $500 a day because of time off from work. Item 11. Property In Yaur Care, Custody Or Control A. Paragraphs (3) and (4} of Exclusion j. of Section I— Coverage A— Bodily Injury And Property Damage Liability are deleted. B. Addi#ional Exclusion Coverage provided by this endorsement does not apply to "property damage" to property while in transit. C. Limits of insurance Subject to Paragraphs 2., 3., and 5. of Section IU — Limits Of Insurance, the most we wili pay for insurance provided by ParagraphA. above is: $10,�00 Each Occurrence Limit $75,000 Aggregate Limit The Each Occurrence Limitfor this coverage applies to all damages as a result of any one "occurrence" regardless of thenumber of persons or organizations who sustain damage because of that "occurrence". The Aggregate Limit is the most we will pay for the sum of ali damages under this Item 11. LC 32 199 11 18 O 2018 Liberty Mutual Insurance Page 4 of S Includes copyrighted materiai of Insurance Services O�ce. Inc., with its permission. D. Otherinsurance This insurance does not apply to any portion of a loss for which the insured has available any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance was specifically purchased by the insured to apply in excess of this Policy. ftem 12. Mobi�e Equipment Redefined The definition of "mobile ec�uipment" in Sectian V— Definitions is amended to inc(ude self-propelled vehicies with permanently attached equipment less than 1000 pounds gross vehide weight that are primarily designed for: (1) Snow removal; (Z} Road maintenance, but not construction or resurfacing; or (3) Street cleaning. However, "mobile equipment" does not include land vehicles that are subject to a compulsory or financial responsibilitylaw or other motor vehicle insur,ance law where such vehicles are licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibilitylaw or other motor vehic�e insurance law are considered "autos". Item 13. Newly Formed �r Acquired Entities A. Paragraph 3, of 5ection II — Who Is An insured is replaced by the foliowing; 3. Any organization you newly acquire or form, other than a partnership or joint venture, and over whichyou maintainmajorityownershipor majorityinterest, willqualify as a Named insured if there is no other similar insurance available to that organization However: a. Coverage under this provision is afforded only until: (1} The 18dth day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3) The end of the poticy period whichever is eariier; b. Section t— Coverage A— Bodily Injury And Property Damage Liability does not apply to "bodily injury" or "propertydamage" that occurred before you acquired or formed the organization; and c. Section I— Caverage B— Personal And Advertising Injury Liability does not apply to "personal and advertising injury"arising out of an offense committed before you acquired or formed the organization. B. The insurance afforded to any organization as a Named Insured under this Item 13. does not apply if a Broad Form Named Insuredendorsement attached to this Po(icy applies to that organization. Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial General Liability Conditions: We waive any right of recovery because of payments we make under this Policyfor injury or damage arising out of your ongoing operations or "your work" included in the "products-completed operations hazard" that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury" or "property damage" occurs, or offense giving rise to "personal and advertising injury" is committed subsequent to the execution of the written contract or agreement. LC 32 199 11 18 �O 2018 Liberty Mutual Insurance Page 5 of 5 Includes copyrighted materia! of Insurance Services Office, Inc., with its permission. Policy Number AS2-Z91-47 35 5 601 1 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POI.ICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM 1. II. I II. IV. V. VI. VII. VIII. IX. X. XI. X11. XIII. XIV. XV. XVI. XVII, XVIII. XIX. XX. XXI. XXII. XXIII. Newly Acquired or Formed Organizations Employees as Insureds Lessor - Additiona) Insured and �oss Payee Supplementary Payments - Increased Limits Fellow Employee Cove�age Personal Property of Others Additional Transportation Expense and Cost to Recover Stolen Auto Airbag Coverage Tapes, Records and Discs Coverage Physical Damage Deductible - Single Deductible Physical Damage Deductible - Glass Physical Damage Deductible - Vehicle Tracking System Duties in Event of Accident, Claim, Suit or Loss Unintentional Failure to Disclose Hazards Worldwide Liability Coverage - Hired and Nonowned Autos Hired Auto Physical Damage Auto Medical Payments Coverage Increased Limits Drive Other Car Coverage - Broadened Coverage for Designated Individuals Rental Reimbursement Coverage Notice of Cancellation or Nonrenewal Loan/Lease Payoff Coverage Limited Mexico Coverage Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words "you" and '"your" also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, pravided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day aiier you acquire or form the organization; or 2. The end of the policy period, whichever is earlier; and G The coverage does not apply to an "accident" which ocwrred before you acquired or formed the organization. AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 1 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. II. EMPLOYEES AS INSUREDS Paragraph A.1. Who Is An Insured of SEC710N 11 - COVERED AUiOS LIABIL[TY COVERAGE is amended to add the following: Your "employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your persona! affairs. 111. LESSOR - ADDITIONAL. INSURED AND LOSS PAYEE A. Any "leased auto" will be considered an "auto" you own and not an °'auto" you hire or borrow. The coverages pravided under this section apply to any "leased auto" until the expiration date of this policy or until the lessor or his or her agent takes possession of the "leased auto" whichever occurs first. B. For any "leased auto" that is a cavered "auto" under SECTION Il - COVERED AUTOS UABtLl1Y COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the "leased auto". However, the lessor is an "insured" only for "bodily in}ury" or "property damage" resulting from the acts or omissions by: 1. You. 2. Any of your "'employees" or agents; or 3. Any person, except the fessor or any "employee" or agent af the lessor, operating a°leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the "leased auto" for "loss" to the covered "leased auto". 2. The insurance covers the interest of the lessor of the "leased auto" unless the "loss" resufts from fraudu(ent acts or omissions on your part. • 3. If we make any paymen� to the lessor o# a"leased auto", we will obtain his or her rights against any other party. D. Cancetlation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancelfation ends this agreement. E. The lessor is not liable tor payment of your premiums. F. For purposes of this endorsement, the following definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use in your business, inc{uding any "temporary substitute" of such "leased auto". "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "lass" or destruction. AC 84 0711 17 m 2017 Liberty Mutual Insurance Page 2 of 10 Includes copyrighted maierial of Insurance Setvices Offce, Inc., wiih its permission. !V. SUPP�EMENTARY PAYMENTS - INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - COVER�D AUTOS �IABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. {4) All reasonab[e expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time otf from work. V. FELLOW EIUIPLOYEE COVERAGE A. Exclusion B.S, of SECTION [I - COVERED AUTOS LIABIL.ITY COVEE2AGE does not apply. B. For the purpose of Fellow Employee Coverage onfy, Paragraph B.S. of SECTION tV - BUSINESS AUTO CONDITIONS is changed as follows: 7his� Fe(louv Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY t)F OTHERS Exclusion 6. in SECTION 11- COVERED AUTOS LIABILtT1f COVERP►GE f.ar a covered °auta" is amended to add the following: This exclusion does not appiy to "property damage° or "covered pollution eost or expense" involving "personal property" of your "employees" or others wrhile such property is carried by the covered "auto". The Limit af lnsurance for this coverage is $5,000 per "accident". Payment under this coverage does not increase the Limit of Insurance. For tbe purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held for the production or collectian of income. VII. ADDITtONAL TRANSPORTATtON EXPENSE AND COST 70 RECOVER.STOLEN AUTO A. Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to $5o per day and to a maximum limit of $7,000. B. Paragraph A.4.a. of SECTtON I1t - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the beclarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred 6y you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. VI11. AIRBAG COVERAGE Exdusion B.3.a. in SECTION 11! - PHYSICAI. DAMAGE COVERA6E is amended to add the following: This exclusion does noi appfy ta the accidental discharge of an airbag. fX. TAPES, REGORDS AND DISCS COVERAG� Exclusion B.4.a. of SECTION Ill - PHYSICAI. DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visua! or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, viswal or data electronic devices: � AC 84 0711 '!7 8 2017 Liberty Mutual Insurance Page 3 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (9) Are your property or that af a family member; and (2) Are in a covered "auto" at the :time of °'loss". The most we wril! pay for °[oss" is $200. No Physical Damage Coverage deductibfe applies to this caverage. � X. PHYStCAL DAMAGE DEDUCTtBLE - SINGLE DEDUCTIBLE Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auta", our obligation to pay for, repair, return or replace damaged .or stolen property will be reduced by the app(icable deductible shown in the Declarations. Any Comprehensive Coverage deductible show.n in the declarations does not apply to °Ioss" caused by fire or lightning. When two or more covered "autos" sustain "loss" in the same collision, the total of all the "loss" for alf the involved covered "autos" will be reduced by a single deductible, which vuill be the largest of afI the deductibles applying to all such covered "autos". XI. PHYSICAL DAMAGE DEDUCTIBLE — GLASS Paragraph D. in SEGTION III - PHYSICAL DAMAGE COVERAGE is amended ta add ihe following: No deductible applies tv "loss" to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE,- VEHICLE TRACKING SYSi'EM Paragraph D. in SECTION�III - PHYStCAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any "{oss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of�recovery ofthe vehicle. . XIIl. DUTlES IN. EVENT OF ACCIpENT, CL.AlM: SUIT OR LOSS Subparagraphs A.2.a. and A,2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident", claim, "suit" or "loss", your insurance manager or any other person you designate must notify us as soon as reasonably possib,Ie of such "accident", claim, "suit" or "loss°. Such notice must include: (1) How, when and where the "accident" or "loss" occurred; (2) Ttie "insured's" name and address;,and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident", .claim, ':suit" or "los5" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance rnanager or any other person you designate has received notice of the "accident", claim, "suit" or "loss" from your agent, servant or "employee". b. Additianally, you and any other involved "insured'' must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's" own cost. AC 84 07'11 17 � � 2017 Liberty Mutual Irtsurance Page 4 of 10 Includes copyrighted material of Insurance Services O�ce, Inc., with its permission. (2) lmmediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or "suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE 70 DISCLOSE HAZARDS Paragraph• B.2. in SECTION IV - BUSINESS AUTO CONDI710NS is amended ta add the following: Any unintentional failure to disclose a(I exposures or hazards existing as of the effective date of the Business Auto Coverage F.orm or at any time during the policy periad will not invalidate or adversely affect the coverage for such exposure or hazard. Nowever, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. XV. WORLDWIDE LIABILITY COVERAGE - HIRED AND NONOWNED AUTOS Condition 8.7. in SECTION 1V - BUSINESS AUTO CONDITIONS is amended to add the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject ta the following provisions: a. If claim is made or "suit" is brought against an "insured" outside of the United States of America, its territories and p.ossessions, Puerto Rico and Canada, we shalf have the right, but not the duty to investigate, negotiate, and settle or defend such claim or "suit". If we do not exercise that. right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shafl reasonably request regarding such claim or "suit" and its investigation, negotiation, and settlement or defense. The "insured" shall not agree ta any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. _ We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. � Failure to comply with the auto insurance laws of ather countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Dec(arations for Physical Damage Coverage for Hired or Borrowed Autos, the fol(owing will apply: A. We will pay for "loss" wnder Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: AC 84 07 11 17 . �O 2017 Liberty Mutual Insura�ce Page 5 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. The most we will pay for coverage afforded by this endorsemenE is th.e {esser of: a.. The actual cost to repair or replace sucli covered "auto" with other property of like kind and quality; or , b. The actual cash vafue of such covered "auto" at the time of the "loss". 2. An adjustment for depreciation. and physical condition will be made in determining actual cash value in the event of a total "loss". 3. If a repair or replacement reSults in better than like kind or quality, uue will nat pay for the amount of the betterment. B. For each covered "auto", aur obligation to pay for, repair, return or replace the covered ''auto" will be reduced by any deductibls shown in the Declarations that applies to private p.assenger "autos" that you own. If no applicable deductible is.shown in the Declarations, the deductible will be $250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph A.4.b. of SECTION 111- PHYSICAL DAMAGE COVERAGE is replaced by the following: b. Loss of Use Expenses � For Hired Auto Physical. Damage provided by this endorsement, we wil( pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired w.ithout a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than co[lision only if the Declarations indicate that Comp�ehensive Coverage is provided for any covered "auto"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Gollision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most vue vuill pay under this coverage is $30 per day, subject to a maximum of $900. XVII. AUTO MEDICAL PAYMENTS C�VERAGE - INCREASED LIMITS For any covered "iass", the L.imit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was vuearing a seat belt at the time of the "accidenf'. This is the maximum amount we will pay for alf covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, clairns made, or vehicles involved in the "'accident". If no limit of insurance for Auto Medica! Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVI11. DRIVE OTHER CAR COVERAGE - BROADENED GOVERAGE FdR DESIGNATED INDIVIDUALS A. Th.is endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II - COVERED AtJTOS I.IABILITY COVERAGE is amended as fiollows: 1. Any "auto" you don't own, hire ar borrow is a covered "auto" for Liability Coverage while being used by any individuaf named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: AC 84 0711 17 � 2017 Liberty Mutual Insurance Page 6 of 10 Includes copyrighted material of Insurance Services O�ce, Inc., with its permission. a. Any "auto" owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selfing, servicing, repairing or parking "autos". 2. The following is added to Who Is An insured: Any individual named in the Drive Other Car section of the Schedufe to this endorsement and his or her spouse, while a resident of the .same household, are "insureds" while using any covered "auto" described in Paragraph B.'1. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An tnsured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any "auto" you don't own except: . Any "auto" owned by that individual or by any "family member". D. SECTION Ill - PHYSICAL bAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedu(e to this endorsement or his or her spouse whi(e a resident of the same household except: 1. Any "auto" owned by that individual or by any member of his or her household; or � 2. Any "auto". used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". E. For purposes of this endorsement, SECTION V- DEFINITIONS is amended to add the foliowing: "Famify member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. REN7AL REIMBURSEMENT CC3VERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we wifl pay for rental reimbursement expenses incurred by you for the rentat of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicabie amount of physical damage coverage you have on .a covered "auto". No deductibles apply to this coverage. B. We will pay onfy for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a rnaximum of $900 in any one period. AC 64 O7 1'I 17 O 2017 l.iberty Mutual Insurance Page 7 of 10 Includes copyrighted matenal of Insurance Services Office, Inc., with its permission. D. This coverage does not apply: 1. While there are spare or reserve "autos" available to you foryour operations; or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" resuits from the tatal theft of a covered "auto" of the private pas�enger type, we will pay under ,this coverage only that amount of your renta{ reimbursement expenses whicfi is not a(ready provided for under Paragraph A.4. Coverage Extensibns of SECTION 1I1 — PHYSICAL DAMAGE COVERAGE af the Business Auto Coverage Form or Section VI1 of this endorsement. XX. NOTICE OF CANCELLATION OR NONRENEWA� � A. Paragraph A.2. of the COMMON POLLCY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewral to the Named Insured, and to any name(s) and address(es) showrn in the Gancellation and Non-renewal Schedule: a. Far reasons of non-payment, the greater of: . (1) 10 days; or � (2) The number of days specified in any other Cancel(ation Condition attached to this policy; or b. For reason$ other than non-payment, the greater of: • (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewral Schedule; or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the efFective date of the cancellation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLtCY CONDITIONS, and any amendments thereto, remain in full farce and effect. XXt. L.OAN/LEASE PAYOFF COVERAGE � The foflowing is added to Paragraph C. Limits Of Insurance of SECTION tll - PHYSICAL pAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" of the private passenger typ.e shown in the schedute or declarations f.or which Collision and Comprehensive Coverage apply, we will pay any unpaid a.mount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSI.CAL DAMAGE GOVERAGE SECTION of the policy; and 2. Any: � a. Overdue lease/loan 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 returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Heaith, Accident or Disability Insuranee purchased with the loan or lease; and � AC 84 07 11 '17 O 2017 Liberry Mutual lnsurance Page 8 of 10 Includes copyrighted material of (nsurance Services Office, Inc., wit}i its permission. e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of $1,500 for each covered "auto". XXtI.LIMITED MEXICO COVERAGE WARNING . AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO. THE LAWS OF MEXICO ONLY - NOT THE I..AWS OF THE UNITED STATES OF AMERICA. THE REPUB�IC OF MEX1C0 CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATfER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NC)T BE RECOGNIZED BY THE MEXICAN AUTHORlT1ES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT AL.L. IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. , TH(S ENDORSEMENT DOES NOT APP�Y TO ACCfDENTS OR LOSSES WNICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNlTED STATES OF AMERICA. . A. Coverage 't. Paragraph BJ. of SECTION 1'V - BUStNESS AUTO COND(TIONS is amended by the addition of the following: The coverage territary is extended to include Mexico but only if all of the foI(owing criteria are met: a. The "accidents" or "loss" occurs within 25 miles of the United Sta#es border; and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph 8.5. Other insurance in SECTION lV - BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the folfowing: If a"loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto" must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such "loss" at the nearest United States point where the repairs can be made. C. Addifional Exctusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States. 2. To any "insured" who is not a resident of the United States. XXIII. WAIVER OF SUBROGATION Paragraph A.S. in SECTION N- BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to wa'rve rights of recovery against such person ororganization. AC 84 07 11 17 0.2017 l.iberty Mutual Insurance Page 9 of 10 Includes copyrighied material of Insurance Services Office, Inc., with its permission. Schedule Premium Liability INCL Physical Damage INCL Total Premium INCL XVif. Drive Other Car Name of individual N/A L1AB MP UM. UIM COMP . COL� XX. Notice of Cancellation ar Nonrenewal Name and Address � N/A Number af Days AC 84 07 11 '17 OO 2017 Liberly Mutual Insurance , Page 10 of 10 lncludes copyrighted materiaf of Msurance 5ervices Office, (nc., with its permission. 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 liabie 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. 1. ( ) Specific Waiver Name of person or organization Schedule (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 2.0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Issued by Liberty Mutual Insurance Corporation For attachment to Policy No.WCS-Z91-473556 Effective Date 10/13I2021 Premium $ Issued to Sisters Asphalt, Inc. WC 4Z 03 04 B �O Copyright 2014 National Council on Compensation Insurance, Inc. Page 1 of 1 Ed. 06101l2014 All Rights Reserved. 006213-1 PERFOI2MANCE BOND Page 1 of 2 SECTION 00 6213 PERFORMANCE BOND Bond Number: 800120759 THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: Sister's Asphalt, Inc. dba That we, SAI Construction . known as "Principal" herein and, AUantic Specialty Insurance Company a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, HT HWY_ 114 Develoument LP , authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, One Million Seven Hundred Seventv Three Thousand Two Hundred Fortv Nine & 00/100 Dollars ($1,773.249.00) , lawful money ofthe United States, to be paid in Fort Worth, Tarrant County, Texas for tlne payment of which sum well and truly to be made j ointly 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 Ciiy have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facllities Agreement, CFA Number CFA21-0071 ;and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the day of , 2021 which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Traditian. Central Phase 2B. NOW, TAEREFORE, the condition of this obligation is such that if the said Principal sha11 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Trad'Rion, Central Phase 2B STANDARD CIT'I' CONDITIONS — DEVELOPER AWARDED PROIECTS City Project #] 03142 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 2 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. 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 shail be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the , 2021. ATTEST: (Principal) Secretary Witness as to Principal ��� ,� �� £� �' ' itness as to Surety a T Miclette PRINCIPAL: day of Inc. dba SAI 6on: / a � � t✓ � ��� � � Nanrte and itie Address: 1130 E. Arapaho Road, Suite 200 Richardson. TX 75081 SURET'Y: Atlantic Specialty Insurance Company BY: _ - - - - Signa — _ - . Lacey Mayfield, Attorney-In-Fact - -- '-. — _� _ Name and Title ` Y " '-� Address: 605 Highway 169 North, Suite 800 '• _ � r - Plymouth, MN 55441 . _ . . . Telephone Number: (952) 852-2431 *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 Traditioq Central Phase 2B STANDARD CITY CONDITIONS—DEVELOPC2 AWARDED PROJECTS City Project #]03142 Revised January 31, 2012 006214-1 PAYMENI' BOND Page 1 of 2 SECTION 00 6214 PAYIVIENT BOND Bond Number: 800120759 THE STATE UF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Sister's Asphalt, Inc. dba That we, SAI Construction , known as"Principal" herein, and AUanGc Specialty Insurance Companv , 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), aze held and firmly bound unto the Developer, HT HWY 114 Develonment LP , authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One Million Seven Hundred Seventv Three Thousand Two Hundred Fortv Nine & 00/100 Dollars t$1.773,249.001 , 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, CFA Number CFA21-0071 ; and WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the day of , 2021, wluch 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 Tradition, Central Phase 2B. 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 shatl be and become null and void; otherwise to remain in full force and effect. CTTY OF FORT WORTH Traditioq Central Phase 2B STANDARD C1TY CONDITIONS —DEVELOPER AWARDED PRO7ECTS City Project # 103142 Revised 7anuary 31, 2012 006214-2 PAYIviEN"I' BOND Page 2 of 2 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. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of , 2021. ATTEST: (Principal) Secretary Witness as to Principal �� t � t..u�k �,v �P ATTEST: urety) � Wit , D id T. Miclette PRINCIPAL: Sister' s halt� Inc. dba SAI Construction ) Signature � �- J i� � ��� _ Y'/ I j�oc Name an Title Address: 1130 E. Aranaho Road, Suite 200 Richardson, TX 75081 SURETY: AUantic Specialty Insurance Company BY: - ` _ ature � " �-. . - _ acey Mayfield, Attorney-In-Fact s � ` _ � NameandTitle � �'�. � y .._ _-=-��-- . Address: 605 Highway 169 North, Suite 800 ' � Plymouth, MN 55441 Witness as Surety, Ashley Britt Telephone Number: (952) 852-2431 Note: If signed by an offcer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Tradition, Cenvai Phase 2$ STANDARD CIT'Y CONDITIONS —DEV�LOP�I2 AWAI2D�D PROJECTS City Yroject #103142 Revised January 31, 2012 006219-1 MAINTENANCE BOND Page 1 of 3 SECTION 00 6219 MA.INTENANCE BOND Bond Number: 800120759 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Sister's Asphalt, Inc. dba That we, SAI Construction , known as "Principal" herein and Atlantic Specialty Insurance Companv , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, HT HR'Y 114 Development LP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the sum of One MiWon Seven Hundred Seventv Three Thousand Two Hundred Fortv Nfne & 00/100 Dollars ($1.773.249.00) , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement £or the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number CFA21-0071 ; and WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the day of , 2021 which Contract is hereby referred to and a made part hereo#' for a11 purposes as if fully set forth herein, to fumish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and designa.ted as Tradition. Central Phase 2B, and; WAEREAS, Principal binds itself to use such materials and to so construct the Work in accorda.nce with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CTCl' OF FORT WORTH Tradition, Central Phase 2B STANDARD C1TY CONDITIONS — DEVELOPER AWARDED PR07ECTS Gity Project # 103142 Revised January 31, 2012 006219-2 MAINTINANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW TIiEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repai�r or reconsiruct 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 a11 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 sha11 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 Tradition, Central Phase 2B STANDARD CITY CONDITIONS —Dh'VELOPER AWARDID PROJECTS City Project #103142 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this insirument by duly authorized agents and officers on this the day of , 2021. PRINCIPAL: AT"TEST: (Principal) Secretary ----,_ Wimess as to Principal ��1 ��� �� V� ATTEST: T. Miclette , Ashley Britt Sister's Asphalt, Inc. dba SAI Construction BY: � Signature � �� �/ � �c �� N e and Ti le Address: 1130 E. Arapaho Road, Suite 200 Richardson, TX 75081 SURETI': Atlantic Specialty Insurance Company BY: Signa � - �_' , Lace a field, Attorne -I -Fact ^ - - Name and Title - � Address: 605 Highway 169 North, Suite 800 � Plymouth, MN 55441 Telephone Number: (952) 852-2431 *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 Tradition, Central Phase 2B STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project #] 03142 Revised January 31, 2012 inta.ct aa�suRawce � �o�y�� ��� ���������� KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY 1NSURANCE COMPANY, a New York cocporat[on with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Ashley Britt, Tabitha Dorman, Nikole Jeannette, Rita G. Guliw, David T. Miclette, Barry K. McCord, Robert C. Davis, Heather Noles, Susan D. Zapalowski, Alyson Carmichaei, Lauren O. Moudy, Robert M, Overbey, Jr., Lacey Mayfield, each individually if there be more than one named, its true and lawful Attomey-in-Fact, to make, execute, seal aud deliver, for and on irs behalf as surery, any and all bonds, recognizances, mntracts of indemnity, and all other wriangs obligatory in the nature thereof; provided that no bond or undertaldng executed under this authority shall exceed in amount the sum of: unlimited and the execution of such honds, recognizances, conreacts of indemniry, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fuity signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authoriry of the following resolutions adopted by the Board of D'uectors of ATLANT'IC SPECIALTI' INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice-President (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and ali other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such iastivments and to affix the Company seal thereto; and that the Authorized Officer may at any rime remove any such AUorney-in-Fact and revoke all power and authoriry given to any such Attomeyin- Fact. Resolved: That the Attorney-in-Fact may be given full power and authority to execute for aud in the name and on behalf of the Company any and all bonds, recognizances, wntracts of indemnity, and all other writings obiigatozy in the naa�re thereof, and any such instrument execured by any such Attorney-in-Fact shall 6e as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attomey-in-Fact is hereby authorized to verify any affidavit required to be attached ro bonds, recognizances, mn�acu of indemniry, and all odter writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of A'TLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating the�eto appointing an Attorney-in-Fact for pwposes only of executing and sealing any bond, undertaking, recognizance or other written obligaaon in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the oiiginal signatw�e of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affiued. IN WI7'NESS WFiEREOF, ATT,ANT'[C SPECIALT'Y iNSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be aEfi�ced this twenty•seventh day of April, 2020. STATE OF MINNESOTA HENNEPIN COUNTY , �\p�,'�� „�NS(i,9•.. ;QW�' �ORPORqTF92 ; _ ti : S EAL m = �/�� :Y 1986 0' By `26 �F�Y v°P�aa�` Paul J. Brehm, Senior Vice President •,, �1 h 1�� . s On this twenty-seventh day of April, 2020, hefore me personally came Paul J. Brehm, Senior �ce President of A'[ZANITC SPECIALTY INSURANCE COMPANI', to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execuUon of the same, and being by me duly sworn, that he is the said officer of the Company aforesaid, and that the seal affixecl to the preceding insuvment is the seal of said Company and that the said seal aod the signature as such officer was duly affixed and subscribed to the said instrument by ihe authority and at the direction of the Company. ; � ALiSON DWAN NASN TROUT NOTARY PUBLIC • MINNESOTA My Commission Expires January 31, 2026 1S'Y31 �hGZ�M Notary Public I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporaflon, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above aze now in force. Signed and sealed. Dated day of This Power of Attomey expires January 31, 2025 •`�.A�KY 1 IN,p��.,'. . ` : a� VpAPOR.g}F9�;. ; n.'. " 3.C'.��L_ .�.t^�_ eU-� �986 - �Q�. ._ { r �c.. �3�; - ' '��'G��F{"ti Y0C b.• - . -a ,. `''•;��a. �,�..• .. __ �,� .��,,,,, ��' Kaza Barrow, Secretary Please d[rect bond vet3ficatlons to sure Qintactfnsurance.com IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede communicarse con su agente. You may cail your Insurance Carrier's toll-free Usted puede Ilamar al numero de telefono gratis de su telephone number for information or to make compafifa de seguros para informacion o para someter a complaint at: una queja al: 1�00�21-2721 You may also write to your Insurance Carrier a� Atlantic Specialty Insurance Company Paralegal 605 Highway 169 North, Suite 800 Plymouth, MN 55441 Email: surety@intactinsurance.com Phone:l �500-662-0156 1-800-321-2721 Usted tambien puede escribir a su compafiia de seguros en: Atlantic Specialty Insurance Company Paralegal 605 Highway 169 North, Suite 800 Plymouth, MN 55441 Email: surety@intactinsurance.com Phone:1-800-662-0156 You may contact the Texas Department of Puede comunicarse con el Departamento de Seguros de Insurance to obtain information on Texas para obtener informacion acerca de companias, companies, coverages, rights or complaints coberturas, derechos o quejas al: � 1-8U0 252-3439 You may write the Texas Department of Insurance: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104, Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtectionCa�tdi.texas.aov P.O. Box 149104, Austin, TX 78714 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtectionCc�tdi.texas.Qov PREMIUM OR CLAtM DISPUTES: Should DISPUTAS SOBRE PRIMAS o RECLAMOS: Si tiene you have a dispute concerning your premium una disputa concerniente a su prima o a un reclamo, debe or about a claim you should contact the agent comunicarse con el agente primero. Si no se resuelve la first. If the dispute is not resolved, you may disputa, puede entonces comunicarse con el contact the Texas Department of Insurance. departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es solo This notice is for information only and does apara proposito de informacion y no se convierte en parte not become a part or condition of the attached condicion del documento adjunto. document. VCM PHN TX 009 1013 LIGHTING 0o a i o0 DAP BID FORiYt Pa�e 1 of 3 SECTION 00 41 00 DAP BID FORM HT HWY 114 Development LP TO: 2200 Ross Avenue, Suite 4200W Dallas, TX 75201 FOR: � Tradition, Central Phase 2B City Project 103142 No.: Units/Sections: FID# 30114-0200431-103142-E07685 X-26787 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at QTY Of FORT WORTH Tradition, Central Phase 26 STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS City Project #103142 Form Revised April 2, 2014 0o ai o0 DAP BID FORM Page 2 of 3 artificial non-competitive levels, ar(c) to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: and Pedestrian 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 25 working days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c. Proposal Form, Section 00 42 43 d. MBE Forms (if required) e. Prequalification Statement, Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre-qualification application (optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/ar modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> CITV OF FORT WORTH STANDARD CONSTRUCTION BID FORM—OEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 Tradition, Central Phase 26 City Project #103142 00 � � o0 DAP B[D FORi�I Page 3 oF 3 Total Base Bid $59,955.20 Alternate Bid Deductive Alternate Additive Alternate TOTAL BID $59,955.20 7. Bid Submittal This Bid is submitted on 06/30 2021 by the entity named below: : Receipt is acknowledged of the following Addenda: Initial Printed Name: Richard Wolfe Title: President Company: Independent Utility Construction Address: 5109 Sun Valley Drive Ft. Worth, TX 76119 State of Incorporation: TEXAS Email: estimatinq(c�iuctx.com Phone: 817-478-4444 Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 END OF SECTION CITY OF FORT WORTH Tradition, Central Phase 26 STANDARD CONSTRUCTION BID FORM —DEVELOPER AWARDED PROJEC�S Clty Pf0J2Ct #103142 Form Revised April 2, 2014 sr:c��lo� on az aa Ucvcloper A�vardzd Projecu - PROPOS.AL i�OR�I ; radition. P!ia,e 28. Ci�y Project �t031�^- UNIT PRICE BID Project [tem Intbnnation Dcscription S'treei Lighting Facilities 2605.3011 2" CONDT P�JC SCH 3441.1408 NO fi Insulated Elec ( 3441.1533 Type 338 Arm 3441.3201 �ED Lightinq Fixiure 344i.3301 Rdwy illum Foundatic 3441.3341 Rdwy Illum TY 11 Pol Street Liahtina Subtotal and 4 3441 1G 34 41 20 34 ? 1 20 35 41 20 Unit of EA I 9 * PLEASE NOTE - BONDS ARE NOT A BID ITEM This bid is su6mitted by the entity listed 'oelow: Company: Independent Utility Construction By: ch ife � Street Adoress: 5109 Sun Valley Drive /�J�~ City, State. Zip Code: Ft. Worth, TX 76119 Phane:817-478-4444 Signature TiHe: President Date: � � � .--7� � L Con[ractor agrees to compkte \VORK for F[�AL ACCEPf �NCE t�ithin Z�J N�orking days after the date when the COVTR4CT cammences to run as prarided in t6e Gen<nl Conditions. END OF SECTION Bidd.r's Propusal linit Price Bid Va!ue i� �n�v or For.�r �,�.ottrH T�,a,c:�. an�:o: i ra.u.aKu cocs ia::c.no� e� P[eoi�oswt: �>evet,a�e� .�;�' aes;:;� �[c.,; e� rs ,��•�.�i ,;:,�; i. }�uc� R:�iscd )amian�_9, :0",, iN.'�:'_: _Bie � ruPu: 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #103142 Revised April 2, 2014 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm’s e-mail address and fax number. (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #103142 Revised April 2, 2014 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project #103142 Revised April 2, 2014 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION 0o as � z D:4P PREQUALIFICATION STATE\�IENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "MaLor Work Tvpe" box provide the complete major work tYpe and actual description as provided by the Water Department for water and sewer and TPW for paving, Major Work Type Contractor/Subcontractor Company Prequalification Name Ex iration Date Roadway and Pedestrian Lighting Independent Utitity Construction, Inc. 03-01-2023 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc 5109 Sun Valley Drive Ft. Worth, TX 76119 BY: (Signature) NAME/TITLE: Richard Wolfe, President DATE: 08-19-2021 END OF SECTION CITY OF FORT WORTH Tradition, Central Phase 28, 103142 STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVEIOPER AWARDED PROJECTS 0045 12_Prequal5tatement Form Version September 1, 2015 0o as z6 - � CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103142 . Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Independent Utility Construction, Inc. Company 5109 Sun Valley Drive Address By: Richard Wolfe � Signature: Ft. Warth, TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT Title: President BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Independent Utility Construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. G. EI�� E�Y HAND AND SEAL OF OFFICE `'"1l.``:� , 2021. J ,�\�PY��/I�� CHRISTINA GARCIA :_ *'"' Ue%'_Notary Public, State of Texas " ;�,"O� Comm. Expires 12-20-202a �'''xoF�``�� Not�ry ID 130940785 �ae ��` END OF SECTION CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # I03142 Revised April 2, 2014 October 8, 2021DocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A94702 DocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A94702 DocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A94702 see attachedDocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A9470210/9/2021 HT HWY 114 DEVELOPMENT LP, a Texas limited partnership By: HT Hwy 114 Development LLC, a Delaware limited liability company, its general partner By: HT Hwy 114 LP, a Delaware limited partnership, its sole member By: Hines Hwy 114 LLC, a Delaware limited liability company, its general partner By: Hines Hwy 114 Associates LP, a Texas limited partnership, its sole member By: Hines Investment Management Holdings Limited Partnership, a Texas limited partnership, its general partner By: Name: Robert W. Witte Title: Senior Managing Director DocuSign Envelope ID: FDEDA6DC-106D-42A6-9DA4-91F5A5A94702 1)f)bl li- I PI�{RFOI:A4;AV!'C G: 13UND I'a��c 1 ul ? Boi�d No. 124183V � � J � s 6 7 � q Sh',C'TION 00 62 l3 PF;RFORiuIANCE [30ND T�n� STATE oF �r�xAs § § KNOW ALL BY THL+:SE P12ESENTS: COUI�ITY OF TARRANT § That ���e, Independent Utility Consh•uction, Inc. _, kno�vn as "Principal" herein anci West�ield Insurance Comp�nv , a corpocate sucety(sureties, if more than one) duly authorized to do b�isiness in the State of "1'e��s, i:no���n as "St�rety" he��ein (�-vhether one or more), f0 are held and lirrnly bound �mto the Developer, HT 1-1WY ( 14 Development [_P a�rthorized to do 1( business in Texas (`'Develope�") and the City of Fort Worth, � Texas it�unicipal corpor�tion l2 (`'City"), in the penal sum of, �il_tv-Nine Thousand, Nine t-lundred T'i(tv-F'ive Dollars &"f'tiventy 13 Cents (`�59,955.20) lawful money of th� United States, to Ue paid in Fort Worth, "facrant County, 14 Teaas for the payment of �vhich sum weil and truly to be made, jointly unto the Developer and the (� City as dual obliges, �ve bind ourselves, oiu• heir�, exectrtors, administrators, successors and l6 assigns, jointly and seve�•ally, firmly by these preseilts. 17 WI-i�REAS, Developer and City have entered into an Agreement For the construction o[� 18 community facilities in the City of Fort Worth by aild through a Cornmuni[y Facilitics /��reement, f9 CPA Number 21-0071 : and 20 WHERCAS, the Principal has entered into a certain written contract �vith fhe; Developer 21 awarded the day of , 20_, ��-hich Contrlct is hereby referred to and 22 made a p�rt I�ereof for afl purposes as iffully set forth herein, to furnisl� all materials, equiprnent 23 labor and other accesso�•ies defined by la�v, in the prosecution of the Work, inclt�ding any Chan�e 24 Orders, as provicled for in said Contract clesignated as Street Li�htin�Facilities to serve Tradition. 25 Central Phase 2B 2C NOW, TFIEREFORE, the condition of this obligation is such tl�at if the said Principal 27 shall faithfullv perforin it obligations ��nder the Confract and shall in all respects duly and faitl�fully 28 pzrfiorm thz Work, includirig Change Orders, under the Coiltcact; according to the p(ans, 2� specifications, and contract documents therein referred to, and as �vell ducing any period oF 30 e�tension of the Contract th�t iY�ay be granfed on the part of the Developer and!or City, fhen this 31 obligation shall be and become null and void, otherwise to remain in full force and eftect. CI"fY (1P POR"I' WOI:I�I I 1'radrtion. Ccntral Phase 2[3 STANDi�AKD CITY CONUl�ffONS — DF:VI�:LOPIiR ;AWARDtill PRO.IECTS Cit�� Projcct Nu. 1031 t? Rcvised Januan 31, 201? OUlii li-� PI:I�POI:;til�ANCI� I3ONI) P�icc 2 0l'2 13ond No. 12�183V i PROVID�D FU�RTE[ER, [hat if any le«al action lie filed on this Bond, venue shall lie ii� 2 "I'arrnnt Co�int��, �l�exas or the Uni[ecl State;s Dist�rict Court for fl�e Northern District of Te�as. t�ort 3 Worth Division. 4 This bond is m�de ai�ci executed in complianee ��vith t�he provisions of Chapter 22�3 of the > "fe�as Government C'ode, as amended, and all liabilities on ti�is bond shall be determined in 6 accordance with the provisions o('said sta[ue. 7 IN WITNESS WHERrOI', the Principa( and the Sw•ety have SIGNLD and SEALED This 8 instrument by duly authorized agents and eiFf icers on this the day of , 2p_ 9 10 II IZ 13 I� IS I6 17 l8 19 7U ?� 22 23 24 �� 26 �� ?g ?q 30 31 32 33 34 35 3C 37 38 39 ATT'' 'k � ; I �' / { rin ipal Secretary -- r\ � i� �-,��h j� � �ti"'� �" " � � 11 t� ess as to Priilcipal " 1_-�2., k�,-��i-' Witness as o Surety Elizabeth Gray � PRINCI PAL: INDLPGND 'N"l� C�''I'ILI"fl' CONS'f ' ION.INC. I3Y: �' --- i� �tur --- --- Ricllard Wolfe. President Name and Title Adciress: 5109 Sun Valley. Dri��e l�ort Worth, Tesas 761 l9 _ SURE:TY: WESTF(ELD (\�SURANC'E CO��(P;�NY % ' � B l' : '` i,. _� � Si;nature — Kyle W. S���eeney, Attornev-in-Fact Name �nd "fide Address: 5�� Republic Drive. Suite 450 Plano. Texas 75074 'I'elephone Number: 972-� 16-2600 a0 xNote: [f signed b�- an officer of the Surety Company, there must be on tile a certifiecl e�trlct 41 fYom the by-laws sho���ing that this person has authority to sign such obligation. IP 4? Surety's pllysical address is different from its mailing address, both must be provided. �t3 The date of the bond sl�all not be pcior to the date tl�e Contract is �warde�i. CI"[Y OP PORI� Vti�C)Rl�li l�radilian. Cenual Ph�isc 213 S"I�ANpnP.D CI"I'Y CONDITIONS — D[:V6LOPf�_:R AbVARDL-:D PRO.IEC"fS Ci��� P;u;ccl U�_ 1031'12 Rc��ise�l Januarc 3 L 2012 Ophi l-4-I I'.-\1'�111:N'f (3Oi\�U Pu�e I ol 2 Bond N�7. 124183V i � � 4 � 6 TIlr STATL Or TC1AS COUNTY OF TARRANT SCC'I'lON 00 62 1=t Pf1YMf�N"T BONL) § § KNOW ALL BY "I'13�5� PR�SrNTS: � 7 That ��e, [ndependent Litilitv Construction. Inc. , kno�vn as "Principal'' herein, 8 and_Wcsttielcl Insw•ance Com iai[ 1�_ , a corpocate surety (or sureties if more than 9 one), duly �uthorized to do business in the State oFTe�<�s, kno��n �s "Surety" herein (�vhethcr one 10 or more), are held and Iirmly bound unto the Developer [-{"(' HWY 1(4 Development LP. i I authorized to do bu�iness in 'Texas ("D�veloper"), aiu( the City of Fort ��urth, a"I'exas municipal 12 corporation (;.City"), in the pen��l siim of F�iftv-Nine "1'housand. Nine Hundred Fifty-Five Dollars I3 & T���enty Cenfs ($59,9>ti.20� la�-vl�ul iY�oney o(' the United States, to be paid in Fort Worth, 1�4 Tarrant County, Texas, for the payment of which sum �vell and truly be made,jointly unto the l5 Developer and City as dual obligecs, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns,jointly and severally, firmly by these presents: I7 WFiF.RGAS, Developer and City have entered into an Agreement for the construction oF 18 commur�ity facilities in the City of Poi•t Worth, by and through a Community Facilities 19 Agreement, GFA Number 21-0071 ; and 20 WHEREAS, Pri��cipal has entered into a certain written Contract wit'1�� Developer, 21 a�varded the day of _ , 20_, �vhich Conh•act is hereby referreci to and 22 made a part hereof tor all put�poses as if Pully set tot�th herein, to furnish ail materials, equiE�ment, 23 labor and othec accessories a� defined by law, in the prosecution of the Work as provicleci for in 24 said Contract and designated as Street Li�htinr Facilities to serve Traciitio❑ Central Phase 2B 25 ?� �7 �g ?9 30 31 VOW, TI-IER�FOR�, THG CONDI'1'[C)N OF"ff-IIS OBLIGATION is such that if Principal shall p�y all monies owin� to any (and all) payment bond beneficia�y (as detined in Chapter 22>3 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obfigation shall be ancl become null and void; otherwise to remain in fuil force and effect. CITY O(� PUJZ I� WUI:�I'I��I "fradilion_ Ccntral Pnasc 2I3 Sl'AND�ARD CI"lY CONDIIIONS—UEVI?1..OPL-K AWf1RDGll PRO,II:iC'�S City P�ojecl No. I(131�42 Rcviscd .lanuan ; I . ?01? (10l,I I�{-' P;1'1'��II:N�I� 130ND P iec _' ol'' Bond No. 1?41 g3V � � A� This bond is macle and eaec�rted in c�,n�pliance with the provisions of Chapter 22�3 o'i'fl�e `l�exas Government Code, as amendeci, and all li�tbilities on this bond sh��ll bc cletermined in accord�r�ce �vith the provisions of s�id statute. IN WITN�SS WHrRCOF, the Principal arld Surety have each SIGNED and SEALF,D � this instrrunent by duly authorized agents and o('ficers on this the _ cfay of , 20_. A�I��I�E;S T`•' , , ; i ; ' � � ( rin�ipal)�ecretary — 1 . I � ti��� � CC��, Witness as to Principal A1�TEST: /� , ���..,.,�t /1 :�-wo (Surety) Secretary [�rank �1. Carrino �_� � ��� _ % , � � c.� � '�)— Wrtness as to Surety Elizabeth C,ray—� 6 7 8 9 10 11 l2 13 PRWCIPAL: (NUEPENDEN i' UTILITY CONST 'TION, li�lC. BY: Signature Richarcl Woll�e, President Name and Titl� Address: 5109 Sun Vallev Drive Fort Worth, TeYas 76l l9 SURE;TY: \�v'ES"rF[F,LU [NSURANCE COMPnNY E3Y: S' J ure " (<yle W. Sweene�Attorney-in-Fact Name and Title Address: 555 Re ublic_ Drive, Suite 450 Plano, T'exas 75074 '1'elephone Number: 972-� i 6-2fi00 Note: [f signed by an oFficer of the Surety, there must be on file a certified extract from the bylaws sho�ving that this person has authority to sign such obligation. (f Surety's physical address is dif�erent fi•om its mailing adclress, both must be provided. The date of the bond shall not be pcior to the date the Cont�ract is awarded. GND O� SEC"1'ION CfTY Of PORI WOR"['H frtidi�i�m. Ccntral Phasc _I3 S'IAND�ARDC77YCONDfII(�tiS—DI�VEI.OPI-:R.4Wr1RD6DPROJ6CTS i'ilvi'ru�eclNo !(7i142 Reviscd lanuan� 31. 201? flU b:? I'l - I VI;AIN'I Liti�WCl_ RUND P:I_C i ui�? }30I1C� NO. �?'��c��V I � 3 � S 6 7 8 q 10 Il 12 (3 I �4 I� 16 17 (8 1'HG STATE OI+ TEXAS COUNTY OP"t'ARRANT SI:C1'lON 00 62 19 VInINTENANCE 130ND § § KNOW ALL BY TI-IGS� PR�S�NTS: § That we Independent Utilitv Construction Inc , Icno�-vn as "Principal" herein and _ Westfield Ins��rai�ce Com a���, a corporate surety (sureties, i[�more than one) duly authorized to do business in the State ol'Texas, la�o�vn as "Surety" herein (�-vhether une or moi•�), are helcl and firmiy boiind unto Chc Developer, HT I-IWY l l4 De�velopment LF', a�ithorized to do business in Texas ("Developei"j <�nci t�he Cit�y of Fort Worth, a�f�e�as m�ii�icipal corporation (`City"), in the sum oFFiFtv-Nine "I'housand, Nine 1-lundred Fifty-Fivc Dollars & T�ventv Cents ($59,955.201 la�-vful nioney of the United States, to be paic! in Fort Worth, -['�rrant County, Texas, for payment oP ���hich sum �vell and truly be macle,jointly �into the Developer and the City 1S CIU1I obli�ees and their successors, �ve bind oiu�selves, our ileirs, e�ecutors, admini,trators, successors and assigns, jointly and sever�lly, tirmly by these present�s. 19 WHER�AS, Developer anel City have entered into an Agreement for the construction of 20 comm�u�ity facilities in the City oF Fort Worth by and thcough a Community Facilities 21 Agreement, CFA Number 21-0071 ; and 22 VVHER�AS, ihe Principal has entered into a certain written contract with the Developer 23 1W1CCIf;CI illE; day of , 20_, which Contract is hereby i�eferred to and 24 a made pact hereof for all p�irposes as if l'ully set forth herein, to furnish all materials, equipment 25 labor and other accessories as deiined by law, in the prosecution oFthe Work, including any 2C Worl< resulting lrom a duly authorized Change Order (collectively herein, the "Work") as 27 provided for in said Contract and designated as Street Li >I�g Facilities to serve'1'radition. 28 Central Phase 2B; £1[1CI �q 30 31 3? 33 34 WHERGAS, Principal binds itselt to use such materials and to so construct the Work in accordartce �-viU� the plans, specifications ancl Contract Documents that the Worl< is and will reinain free fi•om defects in materials or woi-kmanship [ot� and durinb the pei�iod of two (2) ycars after the date of Final Acceptance of the Work by the City (`Maintenance Period"); and C]TY Ol� I�GRT �UC)R'('I I fraditi��n_ Ceniral Ph��sc 2L3 SI�ANDARD CI"1-Y CONDI�I�IOtiS— DI�VLLOPER .AWnRDEC) P[:O]ECI�S Ciiy Pro;cct No. 1031d2 Rcvised .lanuail' i I. 20I2 UI) (i2 19 _ � \qAINI'I�iA'�\NCIi 13OND ['p�c ? 01 i Bond No. 124183V I � ; 4 5 6 7 8 9 10 II 12 (3 14 15 I6 l7 18 t9 ?p 21 22 �� WHERGAS. I'rincipal binds itsel�f Co repair or recoi�struct the Worl< in �-vhole or in part �ipon receiving notice From the Dzveloper ancl/or City o�Fthe need thereofat any t�ime ��vithii� the Nlainten�lnce Period. NOW T�H�R�FOR�, the concliTion ofThis obligatioi� is such that i�FPrincipal shall remedy airy ciefiective Work, for �-vhich timely notice �vas }?rovided by Developer or City; to a coi��pletion s�tisfactory to the City, theil this obligation shall hecome null antl void; other�vise to remain in Full [orce and effecY. PROVIDED, HOW�VCR, iP Principal shall fail so to rcpair or reconstcuct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Worl< to be rep�ired and/or reconstructeci �vith all associ�ted costs thereof being borne by the Principal and the Stu�ety uncler this M�inten�lnce Bond; �u�d PROVI.DED �'URTH�R, [hat if any legal action be filed on this Bond, venue shall lie in Tacrant Caunty, Te�as or the United States District Court fbr the Northern District of Texas, Fort Worth Division; and PROVID�D FURTHER, that this obligation sha(I be continuous in nature and successive recoveries may be had hereon for successive breaches. crry o�� rc�rz r wo�rri i S"fAt�iDARD CI"11' CONI)I'IIO��S—DEVELOI'T:R iAWARDI�.D PRO.IECTS Revised .l�uivan' i;. ?G 12 1'rcidiiiun. Ccnlral 1'hase 2f3 Ci(� Yroject No. 103143 (10 h? I') - i iA4;Ali �'I�I-v.-�ANCI[ I3OV'I) Pucc 3 0l'3 i3ond No. I 24 ( 83V a 5 (i 7 8 9 l0 II 12 13 14 IS f6 l7 18 l) 20 21 ?Z �3 ?4 25 26 �7 �g �� i0 31 �? 33 3� IN WITNESS W}IGR�OT, the Principal and the Suret��� have each SIGNED arid SEALGD t�his instrument by duly authorizecl abents and oPticers on [his the __ ciay oP ,?0 �i ATT S' : � (Pl•inci a , cretary - -- � '�1! �'"� itness as o Principal A1'"('EST: /�-- / � � !i�-�'"( ; 1 �_n��._o (Surety) Secretary Frtlnk .<1. Carrino ,� , C'�_`1�-�—�� } � �_�.t � ; \�/itness �_ to Surety Elizabeth Gray � 3� 3f �*Note: 37 �8 39 40 41 PRINC[PAL: INDLPENDE; ` UTILITY' CONSTRL` ."I' N I'�C:. BY: --- - ��+—__ _ : ign< r� - _. Richard Wolfe. President \ame an<i "fitle Ad�iress 5 f09 Sun V�iII�Drive _ I�ort Worth. Texas 7(il 19 SURGTI': 1NESTFIELD INSURfWCG CO��(PANY - � -� BY: b/_ � .�-�� `' �l� Kyle W'. Sweenev, flttorney-in-Pact Name and Title Address: �>5 k2epublic Drive, Suite 4�0 �i��,�. �re��s �so��+ Telephonc Number: 972-� 16-?600 [f signed by an otficcr oF the Surety Company, there must be on file a certified eYtract fi�om the by-laws showing that this pel•son has atithority to sign such obligation. [f Sw�ety's physical addeess is different f�rom its it�ailing address, both must be provided. The date of the bond shal I not be prior to the date the Contract is a�vacded. CI"I'Y OI� POR"C WOR"fl1 fra�litiun. Ccnu�al Phase 213 STANDARD CI"fY CONDII�IONS — DI:VlLOP6R AWr\RDfiD PRO.IGCTS City Project No IRi.i42 Reviticd lamiary i I. 201? IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield insurance Company's and/or Ohio Farmers Insurance Company's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionCa�tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o p�ra someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, 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: ConsumerProtection(cr�.tdi.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 o Westfield Insurance Company / 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. THIS POWEIt oF Ai I ORNEY SUPERCEDES ANY PREVIOUS POW[R F3EAHINc> 1 htl5 SNML- POWER j� AND ISSUED PRIOR 'f0 U4/20l11, FOR ANY PERSON OR PERSONS NqMED BFLOW. General Power of Attorney CERTIFIED COPY POWER NO. 4220052 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers tnsurance Co. Westfieid Center, Ohio Know A(1 Men by These Presents, That WESTFI�LD INSURANCE GOMPA�lY, WESTFIELD NATIONAL INSURANCE CUMPANY and OHIO FARMFRS INSUR/1NCE COMPANY, corporations, hereinafter referred to inclividuaily as a"Company" and collectively as "'Companies," cluly organized and existing under the laws of the State of Ohio, and haviny its prii�cipal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHAR�ES D. SWEENEY, MICFIAEL A. SWEENEY, KYL[ W. SW[[N[Y, EL17_ABFTH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-�=act, wifh full power a�d authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertaki�gs, or other instruments or contracts of sureryship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - LIMITATION: THIS POWER UF ATTORNEY CANNOT [3E USED TO EXECUI'E NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to hind 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, fiereby ratifying and confirming all th�t the said Attorney(s�-in-Facl may do in the premises. Said appointment is made under and by authority of tl�e following resolution adopted by the Board of Dfrectors of each of the WESTFIELD INSURANCF COMPANY, WESTFIELD NATIONAL INSURnNCE COMPANY and OHIO FFlRMERS INSURANCE COMPANY: "E3e ff Resolved, that the President, any Senior Executive, any Secretary or any Fidelrty & Surety Operations Executive or other Executive shall be and is hereUy vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Pact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-rn-Fact. may be given full power and authority for and in the narne of and on behalf of the Company, to execute, acknowledge and deliver, any and ail bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or Yerminating the Company's liability thereunder, and any such instr!iments so executed by any such Attomey-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "8e it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixeU 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." (6ach adopted at a meeting held on 1=ebruary a, 2000). ln Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NAiIONAL iNSURANCE COMPANY and OlilO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive a�d their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . Corporate r�••a,SY���f•h••. Affixed £ O�•''.sY+„'CF''i ��: y� t� ta s ��,�LtA'Ma � '��f` �' i7i` .+r��' i -, �`•-•...... r State of Ohio '"'""' County of Medina ss.: vO P-(1(�NA( ��.SG�% ; u�•: , y =; � n=, SE1"]L .:m_ :2'. :O': ..* . ;: 1flt49 .; '•� •----• �' WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY �� ` . By: Richard L. Kinnaird, Jr., National Surety Leader a�rd Senior Executive On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, wlio, .being by me duly sworn, did dePose and say, that he resides in Medina, Ohio; that he is 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 siyned his name thereto by Iike order. Notarial .••`�` A �'4,. . Seal 'ti., " Affixed ,�P,_ �• ' p:'����`���/� �:: Z:,�:,,,.�:.r •• � • Wlliam J. Kahelin, A rney at Law, Notary Public State of Ohio -IN d��,a►7p My Commissio� Does Not Expire (Sec. 747.03 Ohio Revised Code) County of Medina ss.: � ; • 9T� �F O I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OH10 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 i� the Power of Attorney are in full force and effect. !n Witness Whereof, 1 have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of .�,,,,„....w�.. ,.,,,.�,.,.,, r�' aSYli,(,y''••,, �..�".��nNAC ��'•. �O`,.,�.,C�,. `; `�P,.........NS,',. Nt•�L4.CXJ..� ;�� ` O _ 'Gn. ��. ��� iU; S�'.�1. ;�: ��,"-�., �„��a Zi' k ' 0, `"w4.�M« ,�,,,, �: 1848 : ' • .... " s ��I � � t " SFCY¢tRlj� Frank R. Gar�inc, Se.^:refary BPOAC2 (combined) (d6-Q2) CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. DIVISION 01 GENERAL REQUIREMENTS 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project #103142 Revised December 20, 2012 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents 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. 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. 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project #103142 Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects City Project #103142 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer’s opinion, acceptance will require substantial revision of the original design d. In the City’s or Developer’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including 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 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 32 33 - 1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 SECTION 01 33 00 DAP SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August, 30, 2013 SECTION 01 35 13 SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. 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 33 12 25 – Connection to Existing Water Mains 1.2 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction Specification 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August, 30, 2013 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. 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August, 30, 2013 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City’s representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor’s letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor’s foreman and phone number f) Name of the City’s inspector and phone number g) City’s after-hours phone number 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor’s letterhead and include the following information: 1) Name of the project 2) City Project Number 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August, 30, 2013 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. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. 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. 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August, 30, 2013 1.4 SUBMITTALS [NOT USED] 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE [NOT USED] 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August, 30, 2013 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 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August, 30, 2013 EXHIBIT B 01 45 23 - 1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another form of distribution approved by the City. 01 45 23 - 2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised August 30, 2013 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised JULY 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised JULY 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised July 1, 2011 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 - 1 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 - Construction Documents\Standard Products List B. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. D. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 - 2 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M.Domenech Revised for DAP application 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M.Domenech Revised for DAP Application 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Tradition, Central Phase 2B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project #103142 Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application GR-01 60 00 PRODUCT REQUIREMENTS CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 09, 2021 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 13 30" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.10 30" Dia. MH Ring and Cover Composite Access Products, L.P.CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I.D. Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast Fiberglass (FRP)Hobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass Pipe (FRP)AmeronBondstrand RPMP PipeASTM D3262/D375404/09/21Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe GroupThompson Pipe (Flowtite)ASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 28"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe Corp.SDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 420AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeDR14AWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 14AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-28"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 18AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions Inc.DR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe Corp.DR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc. PE Encasement for DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9800wc04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9700 (Portable)* From Original Standard Products ListClick to Return to the Table of Content36Updated:04/09/2021 GEOTECHNICAL REPORT Dallas • Fort Worth • Houston • San Antonio Geotechnical Construction Materials Environmental TBPE Firm No. 813 5058 Brush Creek Road Fort Worth, Texas 76119 Tel: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com October 14, 2019 Hines Interest, LP - Dallas 2200 Ross Avenue, Suite 4200 W Dallas, Texas 75201 Attention: Mr. Curtis Attaway Re: Pavement Recommendations Tradition, Central and Southern Phase Off Sam Reynolds Road Fort Worth, Texas ALPHA Report No. W191259-A-Rev1 Submitted herein are the recommended pavement sections for the proposed subdivision (Tradition, Central and Southern Phase). The proposed subdivision is generally located on the south side of Sam Reynolds Road, extending about 4,500 ft west of Faith Lane in Fort Worth, Texas. This study was authorized by Mr. Curtis Attaway on August 21, 2019 and performed in accordance with ALPHA Proposal No. 77293-rev3 dated August 21, 2019. This report is an extension of ALPHA Report No. W191259 dated September 30, 2019 containing geotechnical recommendations for residential foundations. The purpose of this study is to develop pavement sections for the planned streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed streets within the subdivision could be classified as “Residential - Urban”, “Collector” or “Arterial”, as described in the referenced manual. Supplemental information from the Traffic Impact Analysis for traffic analyses prepared by Goodwin & Marshall dated April 15, 2019 was also used for design of Arterial and Collector street pavement sections. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (ALPHA) to evaluate for Hines Interests, LP - Dallas (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. ALHA Report No. W191259-A-Rev1 2 Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential - Urban Collector Arterial PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 6 7 9 28-day Concrete Compressive Strength (psi) 3,600 3,600 3,600 Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime Application Rate (lbs per sq yd) 30 36 36 Reinforcing Bar No. 3 3 4 Reinforcing Bar Spacing (in) 18 18 18 Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 198 test borings (Borings 1 through 140, 143 through 194, and 219 through 224) to a depth of about 20 ft each. The test borings were performed in general accordance with ASTM D 420 using standard rotary drilling equipment. The approximate location of each boring is shown on the attached Boring Location Plan, Figure 2. Borings drilled for a bridge study (Borings 141 and 142) and for a utility study (Borings 195 through 218) will be issued under separate covers. ALHA Report No. W191259-A-Rev1 3 Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections des ign and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations:  Moisture Content (ASTM D 2216)  Atterberg-Limits (ASTM D 4318)  Unconfined Compressive Strength (ASTM D 2166)  Sulfate Content (TX-145-E Part II)  Lime Series (Plasticity Index vs. Lime Content) In addition to conventional laboratory testing to assess engineering properties of the soils obtained, bulk samples were obtained from the site near the vicinity of Borings 2, 77, 135 and 147 for moisture-density relationship testing (standard Proctor, ASTM D 698) and California Bearing Ratio testing (CBR, ASTM D 1183). Individual test results are presented on the attached Log of Boring or summary data sheets. GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the project site lies within the undivided Fort Worth Limestone and Duck Creek formation. This undivided formation generally consists of alternating layers of limestone and marl (limey shale). Residual overburden soils associated with these undivided formations generally consist of clay soils characterized by moderate to high shrink-swell potential. Subsurface conditions encountered in about four-fifths of the borings generally consisted of clay and/or shaly clay to depths of about 6 inches to 18 ft below the ground surface underlain by limestone and/or shale extending to the 20 ft termination depth. Limestone was encountered at the surface in Borings 3, 8, 13, 38, 143, 150, 156, 174, 179, and 186. Clay extended to depths of about 2 ft to 6 ft below the ground surface in Borings 219, 220, 223 and 224 underlain by limestone extending to the 10 ft termination depth. Clay extended to th e 10 ft termination depth of Borings 221 and 222. Subsurface conditions encountered in the remaining borings consisted of clay or alternating layers of clay and limestone extending to the 20 ft termination depth. The upper 2 ft of clay encountered in Boring 42 was visually classified as fill. Additional stratigraphic information is presented on the attached Log of Boring sheets. ALHA Report No. W191259-A-Rev1 4 Most of the materials encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was encountered in several of the borings at depths of about 6 ft to 20 ft below the ground surface. It is common to encounter seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the attached boring logs. ENGINEERING ANALYSIS AND RECOMENDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross-sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Subgrade Preparation Based on review of the borings and preliminary grading plans prepared by Goodwin and Marshall (Tradition, Central and Southern Phase – Sheets 3 through 13 dated July 2019) it is expected the pavement subgrade could consist of clay soils or similar onsite materials used for grading the site. The pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively. Residential Urban and Collector/Arterial streets should then be mixed with a minimum 30 and 36 lbs per sq yard of hydrated lime (by dry soil weight), respectively, in conformance with TxDOT Standard Specifications Item 260. The recommended application rate for Residential Urban streets is the minimum required by the City of Fort Worth. The application rate for Collector/Arterial streets equates to about 6 percent by weight based on a dry soil unit weight of 100 pcf. The results of lime series tests performed on representative clay samples are attached (Figure 5). Lime application rates provided herein are preliminary and the actual amount will be determined from testing of bulk samples taken from the constructed pavement subgrade prior to placing steel and concrete. ALHA Report No. W191259-A-Rev1 5 We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil-lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil-lime mixture is at/or below 15. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades as could experience soil-related potential seasonal movements of up to 7 inches depending on the depth of limestone from final grade. Potential seasonal movements are discussed in more detail in ALPHA Report No. W191259 performed for the residential foundations to be constructed at the site. Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on-site lime stabilized clay cuttings, on-site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. California Bearing Ratio (CBR) tests performed for this specific project indicate the CBR values for the natural clay soil tested could be about 2.1 to 3.7 (Figure 4). Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section.  Compressive strength of concrete 3,600 psi at 28 days  Modulus of Elasticity 4,000,000 psi  Modulus of Rupture 620 psi  Modulus of Subgrade Reaction* 280 pci  Load Transfer Co-efficient 3.0  Drainage Coefficient 1.0  Initial PSI 4.5  Terminal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial)  Standard Deviation 0.39  Reliability 85 percent *Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous section. ALHA Report No. W191259-A-Rev1 6 Using the Street Classification of “Residential-Urban” as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban street pavement to be about 930,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. Based on the referenced Traffic Impact Study prepared by Goodwin & Marshal and conversations with Goodwin & Marshal, we understand expected traffic on Collector and Arterial streets will be as summarized in the following list and in Table B.  Total Arterial Trips 12,500 (both directions)  Total Collector Trips 8,000 (both directions)  Lane Distribution 70%  Percent Truck Traffic Arterial 2%  Percent Truck Traffic Collector 1.5%  Growth Rate Arterial 2.5%  Growth Rate Collector 1.5%  Service life 30 years  Typical truck Loads 80 kips (one (1) front single axle at 20 kips and two (2) rear tandem axles at 30 kips each)  Typical passenger vehicle loads Two (2) single axles at 2 kips each TABLE B Summary of Traffic and ESAL Distribution Between Residential Collector and Residential Streets Street Classification Maximum Total Trips in One Direction Passenger Vehicle Trips Truck Trips Total Equivalent Single Axle Loads (ESALs) Arterial 4,375 4,288 88 3,733,233 Collector 2,800 2,772 28 1,470,649 Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7-inch section of Portland cement concrete is required for Collector classified streets and a minimum 9-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 5 ± 1 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw-cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. ALHA Report No. W191259-A-Rev1 7 Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of 35 samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE B Soluble Sulfates Sample No. Boring No. Depth, ft Material Type Soluble Sulfate, mg/Kg (ppm) 1 12 0-0.5 Brown Clay 62 2 15 0-2 Brown Clay 158 3 16 0-2 Brown Clay 56 4 18 0-2 Brown Clay 49 5 20 0-2 Brown Clay 75 6 21 0-2 Brown Clay 74 7 30 2-4 Brown Clay 105 8 39 0-2 Brown Clay 62 9 48 2-4 Brown Clay 54 10 59 4-6 Brown Clay 97 11 64 2-4 Dark Brown Clay 172 12 70 0-2 Dark Brown Clay 153 13 74 0-2 Brown Clay 64 14 78 2-4 Brown Clay 63 15 79 4-6 Light Brown Clay 174 16 89 2-4 Brown Clay 73 17 95 2-4 Dark Brown Clay 117 18 112 0-2 Dark Brown Clay 57 19 116 2-4 Dark Brown Clay 147 20 120 0-2 Dark Brown Clay 91 21 125 2-4 Dark Brown Clay 89 22 133 2-3 Brown Clay 98 23 135 0-2 Brown Clay 62 24 137 0-2 Brown Clay 161 25 147 2-4 Dark Brown Clay 137 ALHA Report No. W191259-A-Rev1 8 TABLE B Soluble Sulfates Sample No. Boring No. Depth, ft Material Type Soluble Sulfate, mg/Kg (ppm) 26 148 2-4 Dark Brown Clay 79 27 158 0-2 Brown Clay 143 28 162 0-2 Brown Clay 78 29 167 0-1 Dark Brown Clay 86 30 169 0-2 Dark Brown Clay 80 31 180 2-4 Dark Brown Clay 36 32 182 2-4 Brown Clay 65 33 185 2-4 Brown Clay 61 34 191 0-2 Brown Clay 80 35 193 2-4 Brown Clay 70 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/t esting be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Grading Limestone was encountered at the ground surface and within 4 ft of the ground surface in several of the borings. We expect limestone will be encountered during grading and general excavation at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. ALHA Report No. W191259-A-Rev1 9 After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil . Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof-roll should be removed and replaced with well-compacted material as outlined in the Fill Compaction section. Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills, especially where utilities are planned below pavement. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. ALHA Report No. W191259-A-Rev1 10 Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section. Processed limestone or other rock-like materials used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of limestone or other rock-like materials used as fill is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. In general, processed limestone used as fill should have a maximum particle size of 6 inches. However, any processed limestone used as fill within 3 ft of the final pavement subgrade elevation should have a maximum particle size of 3 inches. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Clay and shaly clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 95 and 100 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 5 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey soils used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. In cases where mass fills are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or steeper and greater than 5 ft in height, field density and moisture content tests should be performed on each lift. Utilities In cases where utility lines are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. ALHA Report No. W191259-A-Rev1 11 Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavements and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Groundwater was encountered in several borings at depths of about 6 ft to 20 ft below the ground surface. Shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for pavement, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined on the cover page of this report. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such intended use. Any such third party using this report after obtaining ALPHA’s written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if ALHA Report No. W191259-A-Rev1 12 not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. CLOSURE All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, INC. October 14, 2019 Mark L. McKay, P.E. Brian J. Hoyt, P.E. Director of Geotechnical Engineering Geotechnical Department Manager BJH/MLM/klf Copies: (1-PDF) Client Attachments: Overall Site Location Plan – Figure 1 Boring Location Plan – Figure 2 Moisture - Density Relationship – Figure 3 California Bearing Ratio (CBR) – Figure 4 Mechanical Lime Series – Figure 5 WinPAS Analysis Results Log of Borings (Borings 1 through 140, 143 through 194 and 219 through 224) Key to Soil Symbols and Classifications OVERALL SITE LOCATION PLANFINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROADFORT WORTH, TEXASALPHA PROJECT NO. W191259-A-REV1FIGURE 1FIGURE 2AFIGURE 2BFIGURE 2CFIGURE 2DFIGURE 2EFIGURE 2FFIGURE 2GFIGURE 2HSAM REYNOLDS ROADFIGURE 2AFIGURE 2BFIGURE 2CFIGURE 2DFIGURE 2EFIGURE 2FFIGURE 2GFIGURE 2HSAM REYNOLDS ROADN FINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W191259-A-REV1 BORING LOCATION PLAN FIGURE 2A SAM REYNOLDS ROAD B-30 B-27 P-9 B-19 B-20 B-29B-28 B-26 B-18B-17 B-31 B-1 B-3 B-2 B-6 B-7 B-8 B-10 B-11 B-15 B-16 B-33 B-41 B-43B-42 B-44 B-45 B-46 B-47 B-32 B-40 B-4 B-9 B-5 N APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION (W183152) FINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W191259-A-REV1 BORING LOCATION PLAN FIGURE 2B SAM REYNOLDS ROAD B-22 B-23 B-24 B-25 B-21 P-5 P-4 B-3 B-2 B-4 B-6 B-7 B-8 B-10 B-11 B-12 B-13 B-14 B-33 B-51 B-53B-52B-46 B-47 B-48 B-49 B-50 B-32 B-34 B-35 B-36 B-37 B-38 B-39 B-20 B-19 N APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION (W183152) BORING LOCATION PLANFINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROADFORT WORTH, TEXASALPHA PROJECT NO. W191259-A-REV1FIGURE 2CP-11SAM REYNOLDS ROADB-101B-102B-91B-93B-92B-99B-100B-85B-86B-87B-88B-89B-90B-71B-73B-72B-74B-75B-76B-77B-78B-79B-61B-59B-60B-54B-55B-56B-57B-58B-41B-47B-40B-46B-62NAPPROXIMATE BORING LOCATIONAPPROXIMATE PRELIMINARY BORING LOCATION (W183152) BORING LOCATION PLANFINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROADFORT WORTH, TEXASALPHA PROJECT NO. W191259-A-REV1FIGURE 2DB-48B-53B-51P-12B-70B-68B-67B-65B-64B-62B-63B-61B-80B-79B-77B-84B-82B-81B-98B-97B-92B-106B-105B-104B-102B-103B-101SAM REYNOLDS ROADB-49B-50B-52B-46B-47B-66B-69B-78B-83B-93B-94B-95B-96P-13B-116B-48B-53B-51P-12B-70B-68B-67B-65B-64B-62B-63B-61B-80B-79B-77B-84B-82B-81B-98B-97B-92B-106B-105B-104B-102B-103B-101SAM REYNOLDS ROADB-49B-50B-52B-46B-47B-66B-69B-78B-83B-93B-94B-95B-96P-13B-116NAPPROXIMATE BORING LOCATIONAPPROXIMATE PRELIMINARY BORING LOCATION (W183152) BORING LOCATION PLANFINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROADFORT WORTH, TEXASALPHA PROJECT NO. W191259-A-REV1FIGURE 2ESAM REYNOLDS ROADB-121B-123B-122B-124B-125B-126B-127B-128B-139B-111B-113B-112B-114B-115B-116B-135B-136B-140B-101B-103B-102B-104B-105B-106B-133B-134B-137B-138B-93B-92B-94B-95B-96P-16P-17P-13NAPPROXIMATE BORING LOCATIONAPPROXIMATE PRELIMINARY BORING LOCATION (W183152) FINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W191259-A-REV1 BORING LOCATION PLAN FIGURE 2F B-158B-157B-156B-155B-154 B-153 B-152 B-151B-150B-149 B-148 B-147 B-146 B-144 B-145 B-143 P-7 B-159 B-160 B-163 B-168 B-170 B-171 B-167 B-166 B-165B-164B-162B-161 P-6 B-169 SAM REYNOLDS ROAD N APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION (W183152) FINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W191259-A-REV1 BORING LOCATION PLAN FIGURE 2G SAM REYNOLDS ROAD P-14 B-53 B-70 B-84 B-98 B-182 B-181B-180B-179B-178B-177 B-176 B-174 B-175 B-192 B-191B-188 B-184 B-187 B-183 B-194B-193 B-190 B-186 B-189 B-185 B-173B-172B-39 N APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION (W183152) FINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W191259-A-REV1 BORING LOCATION PLAN FIGURE 2H SAM REYNOLDS ROAD P-1 B-121 B-131 B-132 B-133 B-129 B-130 B-111 B-117 B-118 B-119 B-120 B-107 B-108 B-109 B-110 B-89 B-102B-101B-100 B-99 B-90 P-15 N APPROXIMATE BORING LOCATION APPROXIMATE PRELIMINARY BORING LOCATION (W183152) FINAL GEOTECHNICAL EXPLORATION TRADITION, CENTRAL, AND SOUTHERN PHASE OFF SAM REYNOLDS ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W191259-A-REV1 BORING LOCATION PLAN FIGURE 2I B-223 B-221 B-220 B-219 B-222 B-224 SAM REYNOLDS ROAD N APPROXIMATE BORING LOCATION Optimum Moistuire Content (%): Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) Classification:CH Project No: Material Description:Brown Sandy Clay LL:59 PI : 35 23.8 % Passing #200:65.0% Maximum Dry Unit Weight (pcf):91.5 Boring 2 W191259-A-REV1 Date:08/30/19 PL: FIGURE 3A 24Sample Location: 80 85 90 95 100 105 110 115 120 5.0%10.0%15.0%20.0%25.0%30.0%35.0%Dry Unit Weight, (pcf)Moisture Content, (%) Optimum Moistuire Content (%): Maximum Dry Unit Weight (pcf):100.8 PI : 31 20.5 % Passing #200:85.9% FIGURE 3B Project No: Sample Location:Boring 77 PL: Brown Clay Classification:CL LL:48 17 REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) W191259-A-REV1 Date:09/06/19 Material Description: Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 80 85 90 95 100 105 110 115 120 5.0%10.0%15.0%20.0%25.0%30.0%35.0%Dry Unit Weight, (pcf)Moisture Content, (%) Optimum Moistuire Content (%): Boring 135Sample Location: 24.1 PL: % Passing #200:86.4% Maximum Dry Unit Weight (pcf):94.1 PI : 42 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) FIGURE 3C 20 Classification:CH LL:62 Project No: W191259-A-REV1 Date:09/06/19 Material Description:Dark Brown Clay 80 85 90 95 100 105 110 115 120 5.0%10.0%15.0%20.0%25.0%30.0%35.0%Dry Unit Weight, (pcf)Moisture Content, (%) Optimum Moistuire Content (%): Date:08/30/19 Material Description:Dark Brown Clay with Sand Project No: W191259-A--REV1 LL:65 27.0 Classification:CH % Passing #200:70.5% Maximum Dry Unit Weight (pcf):92.7 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MOISTURE DENSITY RELATIONSHIP RESULTS (ASTM D698-A) PL: FIGURE 3D 22Boring 147Sample Location: PI : 43 80 85 90 95 100 105 110 115 120 5.0%10.0%15.0%20.0%25.0%30.0%35.0%Dry Unit Weight, (pcf)Moisture Content, (%) CBR @ 0.20 Inches = 2.7% FIGURE 4A Sample Location:Boring 2 CBR @ 0.10 Inches = 3.2% Material Description:Brown Sandy Clay Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No: W191259-A-REV1 Date:08/30/19 0 10 20 30 40 50 60 70 80 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in Material Description:Brown Clay Sample Location:Boring 77 CBR @ 0.20 Inches = 2.1% FIGURE 4B CBR @ 0.10 Inches = 2.3% Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No: W191259-A-REV1 Date:09/06/19 0 10 20 30 40 50 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in CBR @ 0.20 Inches = 2.9% FIGURE 4C Sample Location:Boring 135 CBR @ 0.10 Inches = 3.7% Material Description:Dark Brown Clay Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No: W191259-A-REV1 Date:09/06/19 0 10 20 30 40 50 60 70 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in CBR @ 0.20 Inches = 2.6% FIGURE 4D Sample Location:Boring 147 CBR @ 0.10 Inches = 2.5% Material Description:Dark Brown Clay with Sand Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF CALIFORNIA BEARING RATIO RESULTS (ASTM D1883) Project No: W191259-A-REV1 Date:08/30/19 0 10 20 30 40 50 60 0.0 0.1 0.2 0.3 0.4 0.5 0.6Stress, psiPenetration, in 39 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W191259-A-REV1 Borings: 15, 45, 64, 67 PI 11 FIGURE 5A 23 18 14 8%6%4% Date:09/27/19 % Lime 0%2% 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime 39 Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W191259-A-REV1 Borings: 83, 120, 130, 137 PI 9 FIGURE 5B 14 8%6%4% Date:09/27/19 % Lime 0%2% 1219 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime Date: PI 81142 8% Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W191259-A-REV1 Borings: 219-224 6%4% 09/19/19 % Lime 0%2% FIGURE 5C 21 16 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime % Lime 0%2%4% Geotechnical ● Construction Materials ● Environmental ● TBPE Firm No. 813 6%8% Date:09/19/19 REPORT OF MECHANICAL LIME SERIES RESULTS FIGURE 5D 17 12 10 Project No: W191259-A-REV1 Borings: 146, 158, 169, 180 and 190 PI 40 22 0 5 10 15 20 25 30 35 40 45 50 55 60 65 70 0%1%2%3%4%5%6%7%8%9%10%11%12%13%14%15%PIPercent Dry Weight of Lime WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: Company: Contractor: Project Description: Location: City of Fort Worth Alpha Testing Inc. Residential Pavement Analysis Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness Design ESALs Reliability Overall Deviation Modulus of Rupture Modulus of Elasticity 5.91 930,000 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer, J Mod. Subgrade Reaction, k Drainage Coefficient, Cd Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.00 psi/in Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Resilient Modulus of the Subbase Subbase Thickness Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.0 0.00 0.00 0.0 psi psi inches feet Modulus of Subgrade Reaction 280.00 psi/in Thursday, April 23, 2015 1:12:04PM Engineer: WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Collector Pavement Analysis Fort Worth, Texas City of Fort Worth Rigid Pavement Design/Evaluation Concrete Thickness Total Rigid ESALs Reliability Overall Standard Deviation Flexural Strength Modulus of Elasticity 6.57 1,470,649 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer Coefficient Modulus of Subgrade Reaction Drainage Coefficient Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.25 psi/in. Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Unadjusted Modulus of Subgrade Reaction Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.00 0.0 Modulus of Subgrade Reaction Project Name: Route: Location: Owner/Agency: Design Engineer: 0 280 psi/in. Friday, October 11, 2019 3:47:55PM Engineer:Alpha Testing, Inc. WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Arterial Pavement Analysis Fort Worth, Texas City of Fort Worth Rigid Pavement Design/Evaluation Concrete Thickness Total Rigid ESALs Reliability Overall Standard Deviation Flexural Strength Modulus of Elasticity 7.98 3,733,233 85.00 0.39 620 4,000,000 inches psi psi percent Load Transfer Coefficient Modulus of Subgrade Reaction Drainage Coefficient Initial Serviceability Terminal Serviceability 3.00 280 1.00 4.50 2.50 psi/in. Modulus of Subgrade Reaction (k-value) Determination Resilient Modulus of the Subgrade Unadjusted Modulus of Subgrade Reaction Depth to Rigid Foundation Loss of Support Value (0,1,2,3) 0.0 0.00 0.0 Modulus of Subgrade Reaction Project Name: Route: Location: Owner/Agency: Design Engineer: 0 280 psi/in. Friday, October 11, 2019 3:44:59PM Engineer:Alpha Testing, Inc. WinPAS 12 Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Traffic Input by Day Annual Growth Rate 1.50 percent Design Life 30 years Terminal Serviceability 2.3 Directional Distribution 0.00 percent Estimated Structural Number 1.0 Design Lane Distribution 0.00 percent Estimated Rigid Thickness 7.00 inches Design Lane Traffic Factor Traffic Input by City of Fort Worth Fort Worth, Texas Collector Pavement Analysis ESAL Data by Vehicle Type Vehicle Axle Load Axle Type Number 2.00 Single 2.00 0.00 Single Single 2,772 0.00 0.00 0.00 Single Single Single 0 0.00 0.00 0.00 Single Single Single 0 NumberAxle TypeAxle LoadVehicle 0.00 Single 0 0.00 0.00 Single Single 0.00 0.00 0.00 Single Single Single 0 20.00 30.00 30.00 Single Tandem Tandem 0.00 0.00 Single Single 28 Total Rigid ESALs Total Flexible ESALs 1,470,649 1,107,127 Project Name: Route: Location: Owner/Agency: Design Engineer: Friday, October 11, 2019 3:47:32PM Engineer:Alpha Testing, Inc. WinPAS 12 Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Traffic Input by Day Annual Growth Rate 0.00 percent Design Life 30 years Terminal Serviceability 2.5 Directional Distribution 0.00 percent Estimated Structural Number 1.0 Design Lane Distribution 0.00 percent Estimated Rigid Thickness 9.50 inches Design Lane Traffic Factor Traffic Input by City of Fort Worth Fort Worth, Texas Arterial Pavement Analysis ESAL Data by Vehicle Type Vehicle Axle Load Axle Type Number 2.00 Single 2.00 0.00 Single Single 4,288 0.00 0.00 0.00 Single Single Single 0 0.00 0.00 0.00 Single Single Single 0 NumberAxle TypeAxle LoadVehicle 0.00 Single 0 0.00 0.00 Single Single 0.00 0.00 0.00 Single Single Single 0 20.00 30.00 30.00 Single Tandem Tandem 0.00 0.00 Single Single 88 Total Rigid ESALs Total Flexible ESALs 3,733,233 2,763,918 Project Name: Route: Location: Owner/Agency: Design Engineer: Friday, October 11, 2019 3:46:03PM Engineer:Alpha Testing, Inc. Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 1 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+24 67 22 45 100/1.5" 100/1.5" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 2 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+16 51 21 30 100/0.75" 100/1.25" 100/1.75" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/15/2019 7/15/2019 CONTINUOUS FLIGHT AUGER 3 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 15 100/1.25 100/3 100/1 100/2.5 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/15/2019 7/15/2019 CONTINUOUS FLIGHT AUGER 4 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 11 41 20 21 100/1.75 100/2.25 100/1 100/1.25 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 5 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.5 29 72 24 48 100/3.25" 100/2.25" 100/1.5" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 6 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 59 20 39 100/0.75" 100/1.5" 100/1.5" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 7 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+11 38 21 17 100/0.5 100/1.5 100/0.75 100/1.5 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/15/2019 7/15/2019 CONTINUOUS FLIGHT AUGER 8 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 13 100/0.25 100/0.75 100/2.25 100/1.25 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 9 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 10.0 Tan and Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5 263.2 93 4.25 16 51 18 33 0.0 13 12 4.5+15 53 19 34 4.5+21 100/2.75" 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 10 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.25 23 67 23 44 100/1.25" 100/1.5" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/8/2019 7/8/2019 CONTINUOUS FLIGHT AUGER 11 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan CLAY 4.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 0.5 4.0 10 29 15 14 14 12 100/0.25 100/2.25 100/1.25 100/1 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/11/2019 7/11/2019 CONTINUOUS FLIGHT AUGER 12 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 0.5 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 100/0.5 100/0.25 100/0.75 100/2 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/11/2019 7/11/2019 CONTINUOUS FLIGHT AUGER 13 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 100/0 100/0.75 100/1 100/0.75 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 14 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 58 20 38 100/3.25 100/2.5 100/1.5 100/1.25 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 15 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Light Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 2.25 29 2.5 28 78 26 52 2.5 29 11 80 28 52 1.1 100/1.25" 100/0.5" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 16 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 3.0 24 69 20 49 1.7 4.5+15 4.5+39 4.5+30 4.5+18 100/4.75 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 17 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 15.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 2.25 281.2 95 3.0 26 4.0 16 43 20 23 0.0 4.0 18 4.5+18 -11100/2.5 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/16/2019 7/16/2019 CONTINUOUS FLIGHT AUGER 18 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan CLAY with calcareous nodules 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.5 28 3.5 26 3.25 221.2 112 4.5+11 26 16 10 0.4 4.5+20 4.5+20 100/2.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/16/2019 7/16/2019 CONTINUOUS FLIGHT AUGER 19 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY with caclareous deposits 6.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.5 27 2.25 33 77 26 51 0.3 3.5 27 100/8 100/4.75 100/3 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/8/2019 7/8/2019 CONTINUOUS FLIGHT AUGER 20 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan CLAY with caclareous nodules 8.0 Tan LIMESTONE with clay seams and layers 17.0 Tan CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.5 35 4.5+23 3.25 18 38 18 20 0.0 -12 -15 4.5+163.9 123 100/3.5 100/2 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/8/2019 7/8/2019 CONTINUOUS FLIGHT AUGER 21 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 18.0 Gray SHALE 20.0 TEST BORING TERMINATED AT 20 FT 4.5+24 65 23 42 0.7 16 18 100/2.75 100/0.75 100/1.5 100/3.5 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/11/2019 7/11/2019 CONTINUOUS FLIGHT AUGER 22 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 55 19 36 1.9 100/0 100/0.5 100/1 100/1 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/11/2019 7/11/2019 CONTINUOUS FLIGHT AUGER 23 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+10 33 16 17 100/0.25 100/0.5 100/1.75 100/1.25 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 24 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 69 24 45 13 100/0.75 100/1.5 100/0.75 100/1.75 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 25 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 62 24 38 100/2.25" 100/2" 100/1.5" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 26 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 5.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+16 4.5+179.3 108 4.5+20 82 27 55 100/2" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 27 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY with limestone fragments 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 3.5 25 71 22 49 0.7 3.0 24 4.0 19 3.0 13 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 28 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 16.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+17 3.25 29 76 25 51 3.5 21 3.25 20 4.5+18 4.5+16 100/2.5 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 29 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 17.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 2.75 27 69 22 47 0.1 3.0 25 4.0 17 4.0 23 4.5+19 100/2.75 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 30 W191259 Fort Worth, Texas - 13 17 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Light Brown CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+17 1.25 27 2.25 26 3.5 19 49 15 34 0.0 4.5+15 4.5+14 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/25/2019 7/25/2019 CONTINUOUS FLIGHT AUGER 31 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Light Brown CLAY 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.0 25 2.75 28 66 21 45 0.0 2.5 251.3 98 4.0 19 4.5+16 3.5 19 100/3.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/3/2019 7/3/2019 CONTINUOUS FLIGHT AUGER 32 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan CLAY 6.0 Tan LIMESTONE with clay seams and layers 11.0 Tan SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.0 34 71 25 46 0.0 3.75 30 3.25 17 11 11 4.5+22 4.5+13 100/1.75 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/26/2019 9/26/2019 CONTINUOUS FLIGHT AUGER 33 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 100/7.5" 100/3" 100/2" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/8/2019 7/8/2019 CONTINUOUS FLIGHT AUGER 34 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan CLAY 5.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+281.6 96 4.0 17 4.5+14 30 15 15 0.0 16 100/2.75 100/2.5 100/4.5 100/4 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/9/2019 7/9/2019 CONTINUOUS FLIGHT AUGER 35 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan CLAY 7.0 Tan LIMESTONE with clay seams and layers 18.0 Gray SHALE 20.0 TEST BORING TERMINATED AT 20 FT 4.5+25 4.5+19 4.5+17 48 19 29 0.0 4.5+17 15 100/3.25 100/2.5 100/4 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/9/2019 7/9/2019 CONTINUOUS FLIGHT AUGER 36 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 0.5 Tan LIMESTONE 6.0 Tan CLAY with limestone fragments 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 63 22 41 4.5 19 40 18 22 100/1 100/4.75 100/3.5 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 37 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 15.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 56 22 34 100/3.5 100/4.5 100/1.25 100/0.5 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 38 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 100/1.5" 100/1.75" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 39 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 8.0 Tan and Gray SHALY CLAY 18.0 Tan WEATHERED LIMESTONE 20.0 TEST BORING TERMINATED AT 20 FT 4.5+27 4.25 262.0 95 3.25 28 85 26 59 0.4 3.25 28 3.0 30 71 23 48 3.5 20 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 40 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 4.5+19 76 25 51 7.1 100/2" 100/1.5" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 41 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 4.0 Light Brown CLAY with calcareous nodules 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.5+13 4.5+11 66 20 46 4.0 16 4.5+15 100/0.5" 100/0.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 42 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY - FILL 2.0 Brown CLAY 4.0 Light Brown CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+11 51 16 35 2.5 26 2.5 26 59 18 41 0.0 3.0 221.6 108 4.5+20 4.5+15 100/4 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 43 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 15.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+11 3.25 27 68 23 45 0.1 3.5 24 3.5 20 4.5+22 12 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 44 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Light Brown CLAY 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 3.0 23 4.5+21 65 23 42 0.0 3.75 23 4.25 18 4.5+16 11100/2 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 45 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Light Brown CLAY 17.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 17 3.5 25 4.0 21 66 20 46 0.3 4.5+18 4.25 18 4.0 15 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/3/2019 7/3/2019 CONTINUOUS FLIGHT AUGER 46 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY with calcareous nodules 8.0 Tan CLAY with calcareous deposits 18.0 Tan SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 2.0 33 2.75 28 3.5 22 3.25 19 54 19 35 3.25 17 4.0 14 4.5 15 41 21 20 0.0 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 47 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY 6.0 Light Brown CLAY 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 26 3.75 261.7 96 4.0 23 66 22 44 0.3 4.5 16 51 19 32 4.5+15 15 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/8/2019 7/8/2019 CONTINUOUS FLIGHT AUGER 48 W191259 Fort Worth, Texas 140 / 30 6 DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Tan CLAY 20.0 TEST BORING TERMINATED AT 20 FT 3.75 26 3.0 24 3.5 24 3.0 25 3.0 20 4.5+16 38 19 19 0.1 3.75 183.8 116 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/9/2019 7/9/2019 CONTINUOUS FLIGHT AUGER 49 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 4.0 Tan CLAY with calcareous deposits 13.0 Tan SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.0 28 73 26 47 3.25 25 62 22 40 1.75 21 4.0 15 4.5+15 4.5+17 61 24 37 0.0 3.75 21 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/9/2019 7/9/2019 CONTINUOUS FLIGHT AUGER 50 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan CLAY 5.0 Tan LIMESTONE with clay seams and layers 11.0 Tan SHALY CLAY 18.0 Tan and Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+24 4.25 18 37 18 19 4.5+9 4.25 26 4.25 17 44 22 22 0.0 100/3.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 51 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 56 21 35 100/1.75" 100/1.5" 100/2.25" 100/2.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 52 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY with calcareous nodules 6.0 Tan CLAY with calcareous deposits 18.0 Tan WEATHERED LIMESTONE 20.0 TEST BORING TERMINATED AT 20 FT 4.5+22 4.5+21 75 25 50 2.9 4.5+19 4.5+19 44 22 22 4.5+13 4.5+16 100/3" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 53 W191259 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 8.0 Light Brown CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 3.25 28 81 25 56 2.75 28 4.5+18 63 20 43 4.25 20 3.5 21 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 54 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 15.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+22 4.5+19 77 25 52 100/3" 100/2.75" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/9/2019 9/9/2019 CONTINUOUS FLIGHT AUGER 55 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY 12.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+12 4.5+20 67 21 46 4.8 3.75 231.6 104 4.25 17 4.5+15 100/2.25" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 56 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY 11.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+12 4.0 24 67 20 47 4.5+22 76 25 51 4.5+19 3.0 20 100/1.25" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 57 W191259 Fort Worth, Texas 140 / 30 16 15 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY 15.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 14 4.0 24 4.5 25 3.5 21 56 18 38 0.0 3.5 20 42 21 21 3.0 18100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 58 W191259 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY with limestone fragments 20.0 TEST BORING TERMINATED AT 20 FT 4.5+10 3.5 24 72 21 51 0.3 4.5+16 55 18 37 4.5+15 4.5+15 4.5+16 4.5+18 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/25/2019 7/25/2019 CONTINUOUS FLIGHT AUGER 59 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Light Brown CLAY 15.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATE AT 20 FT 4.5+16 2.0 281.1 96 2.5 28 4.5+13 45 17 28 0.0 4.5+14 4.0 13 100/4" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 60 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY with calcareous deposits 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.0 24 3.5 24 64 20 44 4.5 16 59 20 39 0.1 4.5 19 4.5 14 4.0 16 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 61 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY with limestone fragments 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.0 29 3.5 26 4.5 16 71 22 49 4.5 17 4.5 16 4.5 13 33 15 18 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 62 W191259 Fort Worth, Texas 140 / 30 NONE 19.5 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY with calcareous deposits 17.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+25 4.5+203.8 103 4.5+16 52 18 34 0.1 4.5+17 4.5+15 4.5+13 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/8/2019 7/8/2019 CONTINUOUS FLIGHT AUGER 63 W191259 Fort Worth, Texas 140 / 30 12 10 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Reddish Tan CLAY with calcareous nodules 12.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+24 3.0 29 69 22 47 0.1 2.5 29 2.5 25 4.5+15 100/6" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 64 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY 6.0 Tan CLAY with calcareous deposits 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.5+19 3.75 26 78 26 52 0.9 3.5 20 3.5 17 100/1.5" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/9/2019 7/9/2019 CONTINUOUS FLIGHT AUGER 65 W191259 Fort Worth, Texas 140 / 30 12 11 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Tan CLAY with calcareous nodules 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.75 25 69 22 47 2.5 26 2.75 26 3.25 19 3.5 18 100/2.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 66 W191259 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY 6.0 Light Brown CLAY 12.0 Tan CLAY 17.0 Light Brown CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 4.5+243.9 101 4.25 23 4.25 16 49 19 30 4.5+16 4.5+10 35 17 18 4.5+10 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 67 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+14 4.5+15 58 19 39 3.6100/3" 100/2.25" 100/1" 100/2.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 68 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY 6.0 Tan LIMESTONE with clay seams and layers 8.0 Tan and Gray SHALY CLAY 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 4.5+8 41 19 22 1.1 4.5+14 -10 4.25 15 52 19 33 4.5 16 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 69 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY 17.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 4.5+19 4.5+20 66 22 44 2.9 4.25 17 4.5 18 4.5+18 100/3" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 70 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 3.75 251.5 95 4.25 23 4.25 23 61 21 40 0.3 4.5 20 2.75 17 4.5+17 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 71 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+23 68 21 47 100/2.25" 100/2" 100/1.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 72 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Light Brown CLAY 6.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 3.25 25 4.5+16 33 15 18 100/1.5" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 73 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY with limestone fragments 8.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.25 18 59 18 41 4.5 16 2.0 17 100/1.5" 100/1.25" 100/0.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 74 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+12 2.75 261.5 96 3.5 27 76 24 52 0.0 3.5 19 100/4.25 100/4.5 100/1.5 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 75 W191259 Fort Worth, Texas 140 / 30 15 17 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 15.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 3.25 26 73 23 50 0.0 3.25 24 4.5+16 4.25 17 2.25 24 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 76 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 13.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 2.75 28 2.75 24 3.5 22 56 18 38 4.5+16 3.25 17 100/2.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 77 W191259 Fort Worth, Texas 140 / 30 12 13 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Light Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.25 25 3.75 24 64 20 44 0.3 3.0 261.7 98 2.5 16 -13 -19 -20 100/5" 100/1.25" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/3/2019 7/3/2019 CONTINUOUS FLIGHT AUGER 78 W191259 Fort Worth, Texas 140 / 30 12 8 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Reddish Tan CLAY with calcareous nodules 10.0 Tan and Gray SHALY CLAY 16.0 Gray LIMESTONE with shale seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 1.75 28 2.75 26 3.0 26 2.0 25 4.25 14 35 16 19 0.0 4.5+10 0.0 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 79 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY 10.0 Tan LIMESTONE with clay seams and layers 19.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 4.5+17 57 18 39 1.5 4.5+16 4.5+12 2.5 13 -15100/2.25" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 80 W191259 Fort Worth, Texas 140 / 30 13 10 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY with calcareous nodules 5.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.0 26 4.0 24 72 21 51 0.0 4.5 14 100/5.25" 100/4.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 81 W191259 Fort Worth, Texas 140 / 30 12 10 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY 6.0 Light Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+25 4.5 23 4.0 25 4.0 21 74 23 51 100/4.5" 100/4.25" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 82 W191259 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY with calcareous deposits 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 4.5+10 33 13 20 1.1 4.5+9 3.75 17 4.5+11 4.0 20 40 19 21 3.5 19 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 83 W191259 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Tan CLAY with calcareous deposits 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 4.25 23 4.0 21 61 20 41 0.5 4.0 17 3.25 18 4.5+15 4.5+21 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 84 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Tan CLAY 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.25 27 3.25 26 74 21 53 2.75 26 3.5 23 4.5+18 50 20 30 4.25 14 100/3.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 85 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 8.0 Light Brown CLAY 11.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+12 2.25 28 2.5 27 69 19 50 0.0 4.0 24 3.0 21 100/2.25 100/1.25 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 86 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Light Brown CLAY 13.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 4.5+20 3.5 23 3.5 20 54 18 36 0.0 2.0 35 100/3" 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/18/2019 7/18/2019 CONTINUOUS FLIGHT AUGER 87 W191259 Fort Worth, Texas 140 / 30 9 DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 13.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+6 4.5+20 64 21 43 0.0 4.5 25 3.75 22 1.75 25 100/1.75" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 88 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 6.0 Tan LIMESTONE with clay seams and layers 15.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+109.7 118 4.5+21 69 23 46 3.6 2.75 33 100/3.25 100/1.5 100/1.25 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 89 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 10.0 Tan LIMESTONE with clay seams and layers 15.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+17 2.5 26 3.75 26 66 19 47 3.5 23 100/2.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/17/2019 7/17/2019 CONTINUOUS FLIGHT AUGER 90 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 11.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.0 16 63 20 43 1.3 4.0 25 2.0 28 100/2.75 100/1 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 7/18/2019 7/18/2019 CONTINUOUS FLIGHT AUGER 91 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY 10.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+11 3.25 25 62 21 41 4.0 13 100/5.5" 100/1.5" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 92 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY 6.0 Light Brown CLAY with calcareous deposits 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 15 4.5 19 65 20 45 4.5 21 4.5 16 40 20 20 0.0 4.5 19 100/0.5" 100/0.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 93 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY with limestone fragments 6.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 21 4.5 18 4.5 8 74 23 51 100/1.25" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 94 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 4.0 Light Brown CLAY 6.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.5 22 24 12 12 4.5 141.9 111 4.5 15 42 19 23 100/2.25" 100/1.5" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 95 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY 6.0 Light Brown CLAY 11.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 19 3.5 23 4.5 23 69 22 47 0.1 4.5 12 4.5 13 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 96 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 22 4.5 20 67 21 46 0.1 100/5.5" 100/1.75" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 97 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 4.0 Light Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.5 15 62 19 43 4.5 13 3.5 22 100/2" 100/0.75" 100/0.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 98 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Brown CLAY 8.0 Tan CLAY 15.0 Tan and Gray CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5 25 2.75 32 3.25 28 59 19 40 0.3 4.5 211.8 103 4.5 19 3.0 27 3.5 19 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 99 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 9.0 - with limestone fragments at 8 ft Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.0 27 2.25 26 2.25 39 74 25 49 13 100/0.25" 100/0.25" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 100 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.5 25 3.25 26 65 20 45 0.7 3.5 252.8 108 4.5+20 100/5.25" 100/0.25" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 101 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY with limestone fragments 6.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.0 25 3.25 27 18 79 26 53 18 100/0.75" 100/2" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 102 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 18 59 19 40 4.5 20 100/5.75" 100/1.25" 100/0.75" 100/0.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 103 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 3.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.0 27 69 23 46 4.5 13 100/5.25" 100/1.25" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 104 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Light Brown CLAY 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 21 4.0 21 68 24 44 4.5 19 63 20 43 0.4 4.5 16 4.5 17 100/0.5" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 105 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.0 26 4.0 26 81 27 54 100/5.5" 100/1.75" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 106 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.0 27 4.0 24 73 24 49 0.3 100/2.75" 100/1.75" 100/1" 100/0.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 107 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with calcareous nodules 2.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.0 25 59 21 38 100/0.25" 100/2.25" 100/1.75" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 108 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Light Brown CLAY with limestone fragments 6.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 4.25 24 4.5 10 71 20 51 100/1.5" 100/2" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 109 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY with limestone fragments 5.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 2.25 27 1.75 21 81 26 55 100/0.25" 100/1.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 110 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY with calcareous nodules 5.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 2.0 29 3.0 29 75 26 49 2.75 29 100/0.25" 100/1.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/13/2019 9/13/2019 CONTINUOUS FLIGHT AUGER 111 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5 17 4.5 15 78 27 51 100/4.75" 100/1" 100/0.75" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/30/2019 8/30/2019 CONTINUOUS FLIGHT AUGER 112 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 3.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.5 27 4.0 20 70 22 48 0.3 100/4.75" 100/0.25" 100/0.5" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/30/2019 8/30/2019 CONTINUOUS FLIGHT AUGER 113 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.0 25 2.75 27 65 21 44 0.0 2.5 29 3.0 261.7 98 100/2.5" 100/0.5" 100/0.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/30/2019 8/30/2019 CONTINUOUS FLIGHT AUGER 114 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with limestone fragments 9.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.0 28 2.75 30 76 24 52 0.8 3.0 29 4.5 18 3.25 27 100/2.5" 100/2.75" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/30/2019 8/30/2019 CONTINUOUS FLIGHT AUGER 115 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with limestone fragments 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.5 32 2.25 31 2.25 29 3.5 25 60 21 39 3.75 29 100/2.25" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/12/2019 9/12/2019 CONTINUOUS FLIGHT AUGER 116 W191259 Fort Worth, Texas 140 / 30 13 6 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY 6.0 Light Brown CLAY 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.0 27 4.5 25 4.0 23 72 22 50 0.5 4.5 20 58 19 39 4.0 18 100/1.25" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 117 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.0 27 1.75 331.0 88 2.75 32 80 26 54 100/2.75" 100/2" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 118 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with calcareous nodules 2.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.5 22 49 19 30 100/0.5" 100/1.75" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 119 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 6.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.25 25 76 25 51 1.6 3.75 21 100/1.75" 100/1.75" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 120 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.0 23 1.5 31 78 26 52 0.5 100/2.25" 100/2.25" 100/1.25" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/29/2019 8/29/2019 CONTINUOUS FLIGHT AUGER 121 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+22 74 25 49 1.7 100/4.25" 100/1" 100/1" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/29/2019 8/29/2019 CONTINUOUS FLIGHT AUGER 122 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 73 23 50 0.4 4.25 242.3 99 100/4.25" 100/1.25" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/29/2019 8/29/2019 CONTINUOUS FLIGHT AUGER 123 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan CLAY with limestone fragments 5.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.0 26 4.25 23 68 22 46 4.0 17 100/1.25" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/29/2019 8/29/2019 CONTINUOUS FLIGHT AUGER 124 W191259 Fort Worth, Texas 140 / 30 12 10 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 6.0 Tan CLAY 10.0 - with limestone fragments from 8 ft to 10 ft Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.5 32 2.75 28 2.75 25 4.25 21 3.75 20 39 17 22 0.0 25 11 100/2" 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/29/2019 8/29/2019 CONTINUOUS FLIGHT AUGER 125 W191259 Fort Worth, Texas 140 / 30 10 7 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with limestone fragments 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.0 35 2.75 32 2.75 29 4.25 22 61 21 40 0.0 3.75 23 100/2.5" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/29/2019 8/29/2019 CONTINUOUS FLIGHT AUGER 126 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 8.0 Tan CLAY 11.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.25 30 2.25 28 2.75 29 3.0 29 4.0 12 51 17 34 0.0 100/1.25" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/29/2019 8/29/2019 CONTINUOUS FLIGHT AUGER 127 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 72 23 49 0.7 3.5 24 3.75 25 17 32 30 28 100/3.25" 100/2.25" 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/29/2019 8/29/2019 CONTINUOUS FLIGHT AUGER 128 W191259 Fort Worth, Texas 140 / 30 12 8 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY 12.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.5 30 3.0 29 3.25 27 67 23 44 0.0 4.0 19 3.5 181.4 109 23 26 100/1.75" 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 129 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY 3.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 70 23 47 4.5+5 100/4.25" 100/2.25" 100/1.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 130 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY 3.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+16 4.5+16 100/2.25" 100/1.5" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 131 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan CLAY 3.0 Tan LIMESTONE with clay seams and layers 11.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT -20 100/1.5" 100/1.75" 100/0.75" 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 9/10/2019 9/10/2019 CONTINUOUS FLIGHT AUGER 132 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT -16 100/1.75" 100/1" 100/1" 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/28/2019 8/28/2019 CONTINUOUS FLIGHT AUGER 133 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 3.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+24 78 26 52 0.5 4.5+23 100/1.5" 100/2.25" 100/1.75" 100/2.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/28/2019 8/28/2019 CONTINUOUS FLIGHT AUGER 134 W191259 Fort Worth, Texas 140 / 30 10 11 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan CLAY 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 3.75 25 2.75 31 3.0 23 57 18 39 0.0 2.75 24 26 26 100/3" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/28/2019 8/28/2019 CONTINUOUS FLIGHT AUGER 135 W191259 Fort Worth, Texas 140 / 30 11 13 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.75 28 4.5+22 3.5 23 77 24 53 2.5 3.75 18 14100/5.5" 100/2" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/28/2019 8/28/2019 CONTINUOUS FLIGHT AUGER 136 W191259 Fort Worth, Texas 140 / 30 8 14 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 3.75 32 3.0 29 77 26 51 2.5 29 4.0 17 2.5 14 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/28/2019 8/28/2019 CONTINUOUS FLIGHT AUGER 137 W191259 Fort Worth, Texas 140 / 30 12 10 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 - with limestone fragments from 4-6 ft Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+27 3.25 291.3 93 3.0 25 75 24 51 100/2" 100/1.25" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/28/2019 8/28/2019 CONTINUOUS FLIGHT AUGER 138 W191259 Fort Worth, Texas 140 / 30 11 9 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with limestone fragments 12.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 1.75 32 68 24 44 2.0 32 2.75 28 3.0 13 53 17 36 0.0 18 16 100/2.5" 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/28/2019 8/28/2019 CONTINUOUS FLIGHT AUGER 139 W191259 Fort Worth, Texas 140 / 30 11 12 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Tan CLAY 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.75 29 3.75 25 4.0 25 3.75 21 4.25 18 46 20 26 17 24 100/2.25" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): Hines Interests, LP - Dallas Tradition, Central, and Southern Phase 8/28/2019 8/28/2019 CONTINUOUS FLIGHT AUGER 140 W191259 Fort Worth, Texas 140 / 30 12 13 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 8.0 Brown CLAY 12.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 2.5 30 3.0 29 3.75 26 3.5 27 3.25 24 60 20 40 18 20 100/1.75" 100/2" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 143 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 100/2.75" 100/2.25" 100/1.5" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 144 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+10 49 19 30 100/1.75" 100/1.25" 100/1.25" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/23/2019 8/23/2019 CONTINUOUS FLIGHT AUGER 145 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT -10 4.5+17 61 22 39 0.5 100/1.5" 100/1.25" 100/1.5" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/23/2019 8/23/2019 CONTINUOUS FLIGHT AUGER 146 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 4.0 Tan CLAY with limestone fragments 6.0 Tan LIMESTONE with clay seams and layers 19.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+16 -8 4.5+16 58 19 39 0.3 100/2" 100/1.25" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 147 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 3.0 30 72 24 48 1.6 2.5 32 100/2.25" 100/0.5" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 148 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY with limestone fragments 6.0 Tan CLAY with calcareous nodules 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+17 81 26 55 8.0 4.0 29 3.75 28 4.0 23 31 15 16 100/2.25" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 149 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+17 69 21 48 0.0 100/2" 100/1.25" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/23/2019 8/23/2019 CONTINUOUS FLIGHT AUGER 150 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT -10 100/2.25" 100/1.5" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/24/2019 8/24/2019 CONTINUOUS FLIGHT AUGER 151 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 3.0 - with limestone fragments from 2-3 ft Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 64 24 40 4.5+13 100/2.5" 100/1.25" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/20/2019 8/20/2019 CONTINUOUS FLIGHT AUGER 152 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+22 76 24 52 8.5 4.5+271.8 93 100/3" 100/0.75" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/19/2019 8/19/2019 CONTINUOUS FLIGHT AUGER 153 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan CLAY with limestone fragments 3.0 Tan LIMESTONE with clay seams and layers 18.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.5+14 39 20 19 100/1" 100/1.25" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 154 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 6.0 Tan CLAY with limestone fragments 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 4.5+19 4.25 21 68 23 45 0.1 4.0 22 4.25 21 4.5 20 2.75 21 38 18 20 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 155 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+25 61 21 40 100/1.5" 100/1.25" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/23/2019 8/23/2019 CONTINUOUS FLIGHT AUGER 156 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 100/1.5" 100/1.25" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/24/2019 8/24/2019 CONTINUOUS FLIGHT AUGER 157 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+15 4.5+22 72 23 49 2.3 100/2.75" 100/1.25" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/19/2019 8/19/2019 CONTINUOUS FLIGHT AUGER 158 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 4.5+23 78 25 53 0.9 100/4" 100/0.75" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/19/2019 8/19/2019 CONTINUOUS FLIGHT AUGER 159 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 3.0 - with limestone fragments from 2-3 ft Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+12 59 21 38 4.3 4.5+14 100/1.5" 100/0.75" 100/0.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 160 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 6.0 Tan and Gray CLAY 18.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+16 64 19 45 4.5+15 4.5+183.9 111 4.5+17 45 22 23 0.0 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 161 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 61 22 39 100/1.5" 100/1.25" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 162 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+14 61 24 37 100/1" 100/1.25" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/23/2019 8/23/2019 CONTINUOUS FLIGHT AUGER 163 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+17 59 21 38 0.0 4.25 232.4 101 100/3.25" 100/1.25" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/19/2019 8/19/2019 CONTINUOUS FLIGHT AUGER 164 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 12.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+12 67 22 45 100/2.25" 100/1.5" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/19/2019 8/19/2019 CONTINUOUS FLIGHT AUGER 165 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+14 71 24 47 100/3" 100/1.5" 100/1" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 166 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Brown CLAY 6.0 Tan CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 4.5+17 58 20 38 4.5+18 4.5+13 4.5+17 47 21 26 0.0 4.5+19 3.5 17 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 167 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 16.0 Tan and Gray CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+17 64 23 41 -7 -9 -14 -10 -12 4.5+14 100/3" 100/2.25" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 168 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 2.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 3.25 29 60 22 38 100/0.5" 100/1.25" 100/0.75" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/23/2019 8/23/2019 CONTINUOUS FLIGHT AUGER 169 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+14 4.5+22 70 24 46 0.9 100/2.5" 100/1.5" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/20/2019 8/20/2019 CONTINUOUS FLIGHT AUGER 170 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 100/2.25" 100/1.75" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/19/2019 8/19/2019 CONTINUOUS FLIGHT AUGER 171 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 15.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 74 24 50 100/0.75" 100/1.25" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 172 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 100/1.5" 100/1.5" 100/1" 100/0.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 173 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with limestone fragments 1.0 Tan LIMESTONE with clay seams and layers 13.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 59 21 38 100/1.25" 100/1.5" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/24/2019 8/24/2019 CONTINUOUS FLIGHT AUGER 174 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 15.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 100/3" 100/2.25" 100/1.25" 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 175 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 4.5+23 80 27 53 2.0 100/3.75" 100/2" 100/1.5" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/19/2019 8/19/2019 CONTINUOUS FLIGHT AUGER 176 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+21 65 22 43 100/0.75" 100/1.5" 100/1.25" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 177 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 17.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 58 20 38 100/2.75" 100/2.25" 100/1.25" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 9/11/2019 9/11/2019 CONTINUOUS FLIGHT AUGER 178 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY with calcareous nodules 6.0 Tan WEATHERED LIMESTONE 11.0 Tan and Gray SHALY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+22 4.5+213.1 102 9 77 25 52 8 10 4.5 25 56 19 37 4.5+22 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/24/2019 8/24/2019 CONTINUOUS FLIGHT AUGER 179 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 16.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 100/3.5" 100/2.5" 100/2.75" 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/19/2019 8/19/2019 CONTINUOUS FLIGHT AUGER 180 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 4.0 Brown CLAY 6.0 Tan CLAY 7.0 Tan LIMESTONE with clay seams and layers 16.0 Tan and Gray SHALEY CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+22 76 26 50 4.5+23 4.5+16 4.5+15 75 24 51 0.0 -9 -13100/2.5" 100/2.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/19/2019 8/19/2019 CONTINUOUS FLIGHT AUGER 181 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 1.0 Tan LIMESTONE with clay seams and layers 14.0 Gray LIMESTONE with shale seams 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 73 25 48 100/2.5" 100/1.5" 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 182 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+14 56 19 37 6.5 4.5+13 100/4" 100/2.5" 100/2.25" 100/1.75" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 183 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY with limestone fragments 2.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+7 38 19 19 100/1.75" 100/2.75" 100/1.75" 100/1.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/27/2019 8/27/2019 CONTINUOUS FLIGHT AUGER 184 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 2.0 Tan CLAY with limestone fragments 3.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.5+10 36 16 20 100/4.25" 100/1.75" 100/1.5" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 185 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 8.0 Tan LIMESTONE with clay seams and layers 10.0 Tan and Gray CLAY 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 4.5+20 79 25 54 3.5 26 4.5 20 -13 4.5+19 61 20 41 0.0 4.25 18 100/5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/23/2019 8/23/2019 CONTINUOUS FLIGHT AUGER 186 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 100/3.5" 100/2.25" 100/1.75" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 187 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with calcareous deposits 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 4.5+21 72 24 48 2.5 4.5+23 4.5+17 4.0 15 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/27/2019 8/27/2019 CONTINUOUS FLIGHT AUGER 188 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 3.0 Tan LIMESTONE with clay seams and layers 8.0 Tan CLAY 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+14 4.5+187.6 109 13 10 4.5+16 52 17 35 0.3 100/3.5" 100/2.25" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 189 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY with limestone fragments 9.0 Tan LIMESTONE with clay seams and layers 10.0 Tan CLAY with limestone seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+20 69 22 47 6.1 4.5+21 4.5+22 4.5+11 4.5+18 4.5+18 100/4.25" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 190 W191259 Fort Worth, Texas NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Brown CLAY with calcareous nodules 11.0 Tan CLAY with limestone seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 4.5+17 4.5+16 4.5+17 44 20 24 15 4.5+15 41 20 21 0.0 4.5+16 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/23/2019 8/23/2019 CONTINUOUS FLIGHT AUGER 191 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 4.0 Tan LIMESTONE with clay seams and layers 10.0 Tan CLAY 13.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+19 70 20 50 4.5+17 100/3.75" 100/1.5" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 192 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 6.0 Light Brown CLAY 11.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+13 4.5+17 61 21 40 4.5+14 4.5+153.2 110 4.5 17 100/1" 100/1" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/26/2019 8/26/2019 CONTINUOUS FLIGHT AUGER 193 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Brown CLAY 5.0 Tan LIMESTONE with clay seams and layers 8.0 Tan CLAY with limestone fragments 10.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+14 4.5+18 3.5 25 13 4.5+18 50 19 31 0.0 100/1.75" 100/1.5" Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): HInes Interests, LP - Dallas Tradition, Central, and Southern Phase 8/23/2019 8/23/2019 CONTINUOUS FLIGHT AUGER 194 W191259 Fort Worth, Texas 140 / 30 NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 10 15 20 Dark Brown CLAY 6.0 Tan CLAY 11.0 Tan LIMESTONE with clay seams and layers 20.0 TEST BORING TERMINATED AT 20 FT 4.5+18 4.5+19 4.5+22 79 26 53 0.8 4.5+192.2 107 4.25 18 100/3.5" 100/0.75" Sheet 1 of 1 4.5+13 100/ 1.5" 100/ 1.25" Dark Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 10 FT 2.0 10.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191259 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:8/22/2019 End Date:8/22/2019 Project:Tradition, Central, and Southern Phase Client:Hines Interests, LP - Dallas Hammer Drop (lbs / in):140 / 30 BORING NO.:219 4.5+19 100/ 1.25" Dark Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 10 FT 2.0 10.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191259 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:8/22/2019 End Date:8/22/2019 Project:Tradition, Central, and Southern Phase Client:Hines Interests, LP - Dallas Hammer Drop (lbs / in):140 / 30 BORING NO.:220 4.5+ 4.5+ 4.5 3.5 3.5 17 19 20 20 14 23 13 10 Dark Brown CLAY Light Brown CLAY Tan CLAY TEST BORING TERMINATED AT 10 FT 4.0 8.0 10.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191259 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:8/22/2019 End Date:8/22/2019 Project:Tradition, Central, and Southern Phase Client:Hines Interests, LP - Dallas Hammer Drop (lbs / in): BORING NO.:221 4.5+ 4.5+ 4.5+ 2.25 4.5+ 17 22 10 18 5 30 17 13 Brown CLAY Light Brown CLAY TEST BORING TERMINATED AT 10 FT 4.0 10.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191259 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:8/22/2019 End Date:8/22/2019 Project:Tradition, Central, and Southern Phase Client:Hines Interests, LP - Dallas Hammer Drop (lbs / in): BORING NO.:222 4.5+ 4.5+ 4.5+ 9 19 11 23 13 10 100/ 5" Dark Brown CLAY Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 10 FT 4.0 6.0 10.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191259 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:8/22/2019 End Date:8/22/2019 Project:Tradition, Central, and Southern Phase Client:Hines Interests, LP - Dallas Hammer Drop (lbs / in):140 / 30 BORING NO.:223 4.5+11 100/ 0.5" 100/ 0.5" Dark Brown CLAY Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 10 FT 2.0 10.0 Surface Elevation:Unit Dry Weight(pcf)Depth, feet5 10 GROUND WATER OBSERVATIONS After Hours (ft):PocketPenetrometer (tsf)On Rods (ft): Drilling Method:CONTINUOUS FLIGHT AUGER Unconfined Comp.Strength (tsf).NONE After Drilling (ft):.DRY . PROJECT NO.:W191259 Location:Fort Worth, Texas Sheet 1 of 1 Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic LogNorth:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeMATERIAL DESCRIPTION West: 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Start Date:8/20/2019 End Date:8/20/2019 Project:Tradition, Central, and Southern Phase Client:Hines Interests, LP - Dallas Hammer Drop (lbs / in):140 / 30 BORING NO.:224 TEXAS CONE PENETRATION FILL LIMESTONE (MH), Elastic SILT SANDSTONE (GP), Poorly Graded GRAVEL LOW MEDIUM HIGH VERY HIGH 4 TO 15 16 TO 25 26 TO 35 OVER 35 SAMPLING SYMBOLS (OL), ORGANIC SILT (OH), ORGANIC CLAY 8.0" OR LARGER 3.0" TO 8.0" 0.75" TO 3.0" 5.0 mm TO 3.0" 2.0 mm TO 5.0 mm 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm 0.002 mm TO 0.07 mm LESS THAN 0.002 mm SOIL & ROCK SYMBOLS KEY TO SOIL SYMBOLS AND CLASSIFICATIONS (CH), High Plasticity CLAY VERY LOOSE LOOSE MEDIUM DENSE VERY DENSE RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) 0 TO 4 5 TO 10 11 TO 30 31 TO 50 OVER 50 SHELBY TUBE (3" OD except where noted otherwise) SPLIT SPOON (2" OD except where noted otherwise) AUGER SAMPLE ROCK CORE (2" ID except where noted otherwise) PARTICLE SIZE IDENTIFICATION (DIAMETER) (CL), Low Plasticity CLAY (SP), Poorly Graded SAND (GW), Well Graded GRAVEL (GC), CLAYEY GRAVEL (GM), SILTY GRAVEL BOULDERS COBBLES COARSE GRAVEL FINE GRAVEL COURSE SAND MEDIUM SAND FINE SAND SILT CLAY TRACE LITTLE SOME AND 1 TO 10 11 TO 20 21 TO 35 36 TO 50 RELATIVE PROPORTIONS (%) VERY SOFT SOFT FIRM STIFF VERY STIFF HARD LESS THAN 0.25 0.25 TO 0.50 0.50 TO 1.00 1.00 TO 2.00 2.00 TO 4.00 OVER 4.00 SHEAR STRENGTH OF COHESIVE SOILS (tsf) RELATIVE DEGREE OF PLASTICITY (PI)SHALE / MARL (SC), CLAYEY SAND (SW), Well Graded SAND (SM), SILTY SAND (ML), SILT