Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 61673-PM1
CAC No. 61673-PM1 FoRTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF 36" — 30" WATER IMPROVEMENTS TO SERVE LAPRELLE IPRC Record No.23-0152 City Project No.105160 FID No. 30114-0200431-105160-EO7685 File No. N/A X File No.27974 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth w,tiu►uZ!�L PREPARED BY: i........ F,}.7 BGE,Inc. ~ 2595 Dallas Parkway, Suite 101 Frisco, TX 75034 n M. =GINS P. .......t.�..� 137057 rs�e ,.;cal �4•' ��``.c _ TBPE Registration No. F-1046 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 0021 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 0043 13 Bid Bond 04/02/2014 0045 11 Bidders Prequalification's 04/02/2014 0045 12 Prequalification Statement 09/01/2015 0045 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions c,,,.,.lemeatafy 11/15/2017 n7inm�z 007300 0073 10 Conditions, Standard City Conditions of the Construction Contract for Developer 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 nip Preconstruction Meeting n-e-je 08/30/2013 01 3233 tMeet' Preconstruction Video 07/0i/2 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS PROJECT NO. 105160 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 13114SWIR 03 COHeFete 033000 Cast in Maio Gonerete 03 34 13 Controlled Low Strength Material (CLSM4 03 34 16 Ge,.,erete Base Material for Tre,-,el, De,- aff' Division 26 — leetFieal 26 05 00 Corr m\xi Work Results for Fleet,«e.,l 260533 R ee,, ays and Boxes for EleetFieal Cyst v 260543 Underground cto-aml Maeways€ar Ozjarpou) F/ystems Division 31 Earthwork 21 1000 Site Clearing Z 1�6 T36c).x-o-f;e,l l;v,,,,,,a4ior Z 1�3 y 3124 vv Emk- ilm-ants 31-2500 Erosion a -ad Sediment Control 313600 Gabions 21�1 37 00 Riprap 32 1123 Flexible Base Courses 2'1�0 Lime e Treated Rene Courses 27�T Liquid ,;a Treat e l coil ft�kili e� 32 1216 ADp halt A-4ing Z7�v !`..nerete Sidewalks, Driveways and Barrier Free D.,m p' 27�6 Bri-j1, Ureit g Z7�3 Pavement TRe,-k;ngs CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS PROJECT NO. 105160 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 27�0 Wire Fe,-,ees and Gates 27�9 Wood Fe,-,ees and Gates 31,2 12 ✓aGt in Naze Go e.ete Retaining W.,ll., 3291 9 Topsoil Dl ee,M,e„t and Finiohing fParkways Z7�3 Trees and C`l.fubs Dh4si(•1i 33 Utilities 22�0 Sewer and Manhole Testing ZZ�r C1eSed-Cw lit TC eyis;,.,., (CCTV) ifispeeti,.,, 3303 TO Dlnmrrng-ef ter. is. Sewer- Systems 2 2�0 tn�jal Io olati an 22�= !`.,,-.-osio,. Control Test Stations 22�0 Tara*om-, W.,te,. ce� 2 2�no Gl e.,nifi . and n eeeptanee Testing of Water Mains ins 33 04 50 Gleaning of Sewer- Mains 22�0 Utility Tre,.et, F..ea-y tion, Embe,l,�..,e,-,t ,,.�,.1 B ekf ll 2 2�i T T v �� •� egg 3305 13 F eme, coves and Grade Rings Cast ken 22 n�TO >~,-.,me, Cover- and G -,, ao Rirzgo Cwnpwite 3305 14 > > , thx EtruotweSta Grade TT 22�T r nerete r,.11, -- 2 3 05-20 Auger- Bonng 330511 Tunal Uxow Plate 33 05 zi Ste4-Caoirr Pipo 3 Z�3 l4and Tunneling 22�o U44 ty Ma -lie, /T oeato-s 33 11-11 05 Bolts, ar1a Gaskets 33 11 D etile T, Npe 22 11 11 D etile l-on Fittings 22 11 13 onel=etePr-es.su a Pipe, Baf 3ALFapped, SteelCylinder- Type 3,31 11 11 Bufiedtee; P*✓and Fittings ✓� 11 le n.e ct..esse,l Go e.ete Gy4i ,le,.Pipe �-Qry Watcfcrvxcj3 1 lr.-Atil th ZZ�i T aFge \7IT.,te.- N4ete, 33 lq;20 Resilient Seated Gate Vah�e 33 1225 Gonneetion to Existing Watef Mains 33 Q ✓0 Co'a�i1m!.1.a Air- Valve Assemblies es f Potable Water- Systems ZZino Fif 33 1.150 Water E:eYr rI o P,atiow 22�0 ��,erldard ale.., t off ValveAssembly ZZ 21 17 Gufe.l i Dl.,ee Pipe (QAP\ CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS PROJECT NO. 105160 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 ZZ�3 Fibe (glass Reif fof:ee.7 Pipe for- (`.-ayit S,-,-. i ar;-SSewei6 ZZ 31 15 High Density Polyethylene (1 DPE) Pipe f c 22�0 Polk..;,...! Chloride (PVC) !`_,-.,yi LP.11:ilar" Sewer Pipe 333121 Polyvi"! Chloride (PVC) Closed Profile Gravity Sanitary Sewe T.__ ZZ 11 San tai=y vowoc F11tL1n17g333150 Sanitary Sewer Service Conneetions and Sei=viee Line 33 3170 Combination Air Valve for Sanitary Sewer Foree Mai 3339 10 Gast in Moe r re,oteManholes 2 2920 Pr-ee st r ner-ete Manholes 339-30 Abe-mlcse Alanhel€s 22�0 F......., r ; o Y cQ�Ilia�ll�, 33 41 11 High Dwnm Polyethylene (14PPE) Pipe for- Stomm Dioin 22�z Reinfor-eed PolyetL.lene /cDDF\ Pipe 23 4600 Su ``d�iiai ,e 33 46-01 Slottedted E%o �72 DFa 33 4602 Trench Dmind 22 no 10 Gast i Dlaee TiT. nholo �rnr..d .";.-xnotien-Bex€� 22�0 t7toimL Drr-i 1Gge uo.,,l.....11s .,a,l xxT;,,,..,,aI Division 34 34 41 10 T,-., ff; e Signals 2n n�01 Attaehmen4 A Goatfolle1•Gbinet 34 41 10.02 n liml l o,- C„ Ott-� a�e�t�r��t�en eeifieutien 34 41 10.03 n � �ttali�ei}t G Software -Speeif e-Mien znon 1111 1 To,,,p,,,..,,-., T«.,fffie Signals 34 4113 Removing Tm f , f 0 Fl.gpsalo 34 41 15 Reet gul x Rap;,d 177\h'vhing Beaeon 34 41 16 gedoctrkxi I-lyk4Sigfial �L7 Z�v ��' lllui�:�t�n .i�` omU as 34� n-z .001 Aftccial.1LD Raadw laswinai:as 2A�02 F,-oo.. ay LED D.,.,.1..,.,., T X%KS-,-,W.P-Q& 24 4120.03 Resklential. LED Roadw} T-mrm��i.: 34 ^moo Aluminum fi.gl}s CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS PROJECT NO. 105160 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.2ov/tDw/contractors/ or httvs:Hauus.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 02 41- 3 releeti„e Site T emol;tie 12i�,204201z 02 41 14 Util;t vefnoy.,l kb r,lon ert 12Artrrvrzviz 0241 15 Paving Removal 02/02/2016 D��iv��issionnn 03 - Concrete 03 0 00 Cast 1 Dl.,ee Ge,.efete 17/7 z 03 34 13 Gei4 felle,l Low „ Strengtl, M te,-ia (C C'M 17/7 z 03 34 �o Conorcto Tr���h AOracr _ 03 9000 Meth; e, liens to > *istiag Gene,.ete St f etufes 12 n�2 Division 26 - Electrical d7e 1 Dew„lt� F Lleet,«e l 11 i� 26-05-00 r �.. arrti�z� T 3 R ee,, ays and Boxes f Eleetr e.,l Systems 12i��i 260550 r rr1i 6 �..arrtl�lun�at�ar� A�Cllti D>A�t Division 31- Earthwork 31 1000 Site Clearing g 12 20,/20Q 31�-1 23 16 T. no'. ,' mire,l Exea-y ti,.r 0 �70 4�13 31�3 Beffe OIQW2013 r LM.-antsn1i -3 313600 dons 11 i�lz 31�0 Ripr-ap 11 i�lz Division 32 - Exterior Improvements 27�9 Go e..ete Pa-, ng nep i 12i�iz Z7�3 Flexible Base Gati ses 1'f/2z 27�9 rime Tfe.,te,l Base Cetus 112i�12 Z7�3 Ge.,,ert T--ea4e,l Base re12i�lz 3l 11 3,z Liquid Treated coil fta, lli of n4i'�15 32 1216 Asphalt Paving 12/20/2012 Z7�3 Genefete Paving 12i�lz 27�0 Ge,-.efete Si e,,,a&s Driveways ays .,,,..1 1?.,ff e.- F feo Rainpo 06/0.8 32 1416 € -6ok Uric Paving 1 ��tz CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS PROJECT NO. 105160 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 Z7�3 Co e,.ete Gth-b and Value 10/06 32 1725 Curb Address D.,ipAi g 1 1 /04,12 11 '2 3231 �3 izrzmzvrt �rzvWife Fenees and Gates rtravravzz Z7�9 Wee.l Fe,-.ees and rotes 1'l/7rtr2042012 3232 13 Gast -in Pliz a !`.,ne -ete Retaining Wall 0 19 3'� n� Hyd- o Mulching, S &ding, ur.d Sodding 1�/�Q 3293 43• rand Uwu ►s 1 /�Q Division 33 - Utilities Testing Sewer 127 3301 30 22�T and Manhole Closed 7 r;Television2 .euit (CGTA71 I*oct4on 20/2012 02/0o 2 2�v 22�o aS �COI� 1 vAlnrng of Existing sting Sewer- Syste T. iPA Bonding and Eleet,.;e.,l isolation 17 /7r�,z0/2012 17/7�12 22�= 3304 12 Ceffe.,io Gent of Test Stations Magnesium Anode Cathodic Protection System 17/7r�rrviZvri 12/20/2012 33 04-30 Ur_\-; W te,. ce ,,; e� 07,101,12011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 3305 10 2 2� Cleaning of Sewer- Mains Utility Trench Excavation, Embedment, and Backfill TI T QQ0,12012 12/12/2016 1 7 /7 3305 13 1 e a a4e,- Line e Frame, Cover and Grade Rings - Cast Iron r_,.ao ,. z 01/22/2016 n1 � �10 3305 3305 14 Ff� F��C-e��a�a Grade Rings Composite Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to �/2� 01 2 12/20/2012 Grade 3305 16 22�T Concrete Water Vaults (''.,ne,-ete Golla-s 12/20/2012 17/7 z 2 2�= 33 05 22 T,,,,,, el Liner- e,- Plate Steel Casing Pipe 1 7 N z 12/20/2012 22�3 Ind Tunm�ling 12Q0/2012 �� 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 3'._2 11 l? Coner-ete PFessufe Pipe B�x-„ ed, Steel Cylinder- Type 12 /�12 33 11 14 22�0 Buried Steel Pipe and Fittings 1 12/20/2012 33 1211 Water- Sen4ees ineh to 2 ineh Large Water Meters 02/1�T 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 33 1221 AWWA Rubber -Seated Butterfly Valves 12/20/2012 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 33 1240 Combination Air Valve Assemblies for Potable Water Systems Fire 12/20/2012 WiW,Q044 CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS PROJECT NO. 105160 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 ?_P 12 Giffed in Ida e Pipe (CIPP4 , �/�12 P_ P. 12 Fiber -glass D ei foree,1 Pipe for G -a-,4t , ga-n t -y Sewers 12QO/2012 22 21 15 22�0 14 gh Donc ty Del.,ethy ea_ lIKDPE� Pipa f C` r anitafy Sewe f 12/2 z Polyvinyl Ghle-;,le (PVC) r ayity Sanitary S we-U: - 06/1 4 333121 � n lyy r.,1 G le.;,1e rlese,1 Profile r Sanitafy Sewe, (PVC) m,ity 12/2n/2n,2 rtravravzz Pipe 2 2 .� .�' 22 Sa.,itar , Se.., r i2,Q0/2n, 2 �c Flip �rning �� 22 3123 �� caaitai-y Se.. D' E 1'f90,12n17 ��1'°� 1�0 �.,14�7�kt �z 22�oo Saaite,.., Sewer- Se...,;ee Gan erz,,-,na Se...,:ee r : e 04Q6/2013 n;,. 1 �2/2rtQ0,12012 for Samna,, 333170 33 39-10 Combination Vye Sewer Force Mains Cau in haze C,,,,ereto Manholes ,�/�4-2 333920 2n �rzv !'' 12Nn/2012 �2Eaff�vG��1� )\�S zz-rrvrtvzz 22�0 22�0 22�0 Fi,cTgl.Ss Manholes 12/2 z Wastewater- n..eess !''Lambe, (ALA ) 12/2�n/2nOz12 Epoxy T ; e for- Sanitary Sewer- C'tf etufes 1 2 O/vr 044 22�0 22 41 11 s nei feFee,a C re-ete Stefm Sewer- Pipe'C lyet4s 02/0T 1. Polyethylene (14DPE\ Pipe for- S 1290/20 2 14-i�h Din, � ors �;�in �� 22�2 22�0 Dei fo-ee.7 11 D..l.,e4l le,.e lEDEl P*a 11 5 t I 12/2Q0,12012 2246 TS 01 S__7 �e Slot 07m,�/20 , �Sto:m Drains n 33 4602 Tren-Ah Dmi 07/n T 22�0 ra'%'in Utla,.e TiT.,., .,,�..1 holes T..netie.,, Boxes 1290,120z12 22�nv Gttfb and Drc, Z'4llots 121 QO//2 12 22�0 Headwalls . a,1 Alfa wall., 07iO /201 1 Storm D�alr�ne �n Division 34 2n ^env 11 - Transportation Attaehmen4 A Controller- Gabine 1212 8/2015 n �+� l Spe���; Eentfen@i'vpvEifzciztiAii 24 41 10.02 24 41 10.03 ntt&C�liix�� n rrtt&Ellriienl=-G S6'tii@Spe-vpvEifzciztiAa Tempo -a-y T-r-affie Signals 1 1 /2�-22/2013 �nv2 � 34 4 1 11 ?/1 1 ? ? 5 F1o1irg Braeo 11 /gin 34--41 to Roadw Illutmi m�t;e,.. A &se,Y.l.l;es 12/2rc�-20/2012 2n n�01r 1 LED r 0 ��A�:d��, .�at�ir��7res ow6/15/201 cn 24 4120.02 � E,.ee.. ay LED ne.,dw r ., ,/2n,c� �amim-iros 06 c 2n n�03 r ,/2015� �tiaJ. �D icry ./,il�irui.:rs 0645 34 41 2n �o 2/1�0 A1urvxun, F/igns 11 /12/2013 3471 13 Single Mode Fibef Optie Cable 02/2 9 Traffic Control 11/22/2013 CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS PROJECT NO. 105160 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Appendix Page 8 of 8 GG 4.01 Wallabhbj, 4 GC-4.02 Subsurface and Physical Conditions FE-4.✓I LUndogroux Fib- .09 IIao-ardo„s Environmental Condition at Site GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates Fib-6.09 Porto and J Tomes GC-6.21 1`T isccirsinati.aff GR-01 60 00 Product Requirements A-1 Casing Pipe Wall Thickness and Technical Memorandum END OF SECTION CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS PROJECT NO. 105160 Revised March 20, 2020 0011 13 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Laprelle 30IN 36IN Water Line, City Project Number 105160 ("Project") will be received by the City of Fort Worth via the Procurement Portal httDs:Hfortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities. under the respective Project until 12:00 P.M. CST, Thursday, May 16th, 2024). Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=oDenOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. CITY OF FORT WORTH Laprelle 30IN 36IN Water Line STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105160 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 2 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Approximately 3400 LF of 36" Steel AWWA C200 Water Pipe Approximately 1250 LF of 30" Steel AWWA C200 Water Pipe Carrier pipe fixtures and trench safety PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=oDen0nnortunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=o_nen0_n_nortunities, under the respective Project. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES April 17, 2024 April 24, 2024 May 1, 2024 END OF SECTION CITY OF FORT WORTH Laprelle 30IN 36IN Water Line STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105160 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httl)s://ai)12s.fortworthtexas.gov/ProjectResources/ CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 105160 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httDs://aDDs.fortworthtexas. aov/Proj ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavina %20Contractor%2OPrecivalification%2OProaram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.Ddf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: htti)s://aDi)s.fortworthtexas. aov/Proj ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa v%20and%2OPedestrian%2OLiahtina%2OPrequalification%2OProaram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httDs://aDDs.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/Water%2Oand%2 OSanitarv%2OSewer%2OContractor%2OPredualification%2OProaram/W S S%2ODre dual%20requirements.Ddf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 105160 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 105160 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 105160 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal httns://fortworthtx.bonfirehub.com/ODDortunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted under the respective Project via the Procurement Portal 6.4. htti)s://fortworthtx.bonfirehub.com/obnortunities. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 105160 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrar.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 105160 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 105160 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 105160 Revised/Updated 12/23/2023 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httos://www.ethics.state.tx.us/data/forms/1295/1295.vdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 105160 Revised/Updated 12/23/2023 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 3 SECTION 00 4100 BID Publicly Bid Developer Awarded Projects - BID FORM TO: Tri Pointe Homes 6201 W. Plano Parkway, Suite 150 Plano, TX 75093 FOR: LaPrelle 36" & 30" Water Line City Project No.: 105160 Units/Sections: UNIT I: WATER IMPROVEMENTS 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 fumish 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 Sid, Bidder accepts all of the terns 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 any thing 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM - DEVELOPER AWARDED PROJECTS LAPRELLE 30IN 361N WATER LINE Form Revised April 2. 2014 CITY OF FORT WORTH PROJECT NO.105160 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of 3 property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Development, 42-inches and smaller b. C. 4. Time of Completion 4.1. Bidder agrees to complete WORK for FINAL ACCEPTANCE within 2130 working days ater the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages 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: (Add or remove any applicable specs or Documents) a, This Bid Form, Section 00 4100 b. Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph C. 5.01 of the General Conditions. d. MBE Forms (if applicable) 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) CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM - DEVELOPER AWARDED PROJECTS LAPRELLE 30IN 36IN WATER LINE Form Revised April 2, 2014 CITY OF FORT WORTH PROJECT NO.105160 00 4100 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 of 3 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 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 TOTAL BID 7. Bid Submittal This Bid is submitted on Respectfully submitted, (Signature) Michael Hern (Printed Name) Title: Michael Hem 05/16/2024 Company: Western Municipal Construction of Texas, LLC Address: 402 Gulf Ave Justin, Texas 76247 State of Incorporation: Texas Email: mhern@wmc-i.com Phone: (940) 648-0020 END OF SECTION by the entity named below. IReceipt is acknowledged of the Initial following Addenda: JAddendum No. 1: 04/30/2024 Addendum No. 2: 05/08/2024 Al JAddendum No. 3: 05/1312024 JAddendum No. 4: Corporate Seal: <Seal Here> CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM - DEVELOPER AWARDED PROJECTS LAPRELLE 30IN 36IN WATER LINE Form Revised April 2, 2014 CITY OF FORT WORTH PROJECT NO.105160 ADDENDUM NO. 1 To the Plans, Specifications & General Contract Documents Water Improvements To Serve 36"-30" Water Improvements To Serve LaPrelle CITY PROJECT NO.: 105160 Bid Date: May 9"', 2024 2:00 PM Addendum No. 1: Issued April 30t'', 2024 Prospective bidders are hereby informed that the Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: The prebid conference schedule for April 26, 2024 9:00am is cancelled. There will not be any prebid conference in this project. SPECIFICATIONS & CONTRACT DOCUMENTS: 1. Document Modred: Section 00 1113 Invitation to Bidders Description of Change: Section 00 11 13_ Invitation to Bidders has been modified to remove prebid conference. 2. Document Modified: Draft Project Manual Description of Change: Draft Project Manual is revised to include updated Section 00 11 13 Invitation to Bidders. This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space arovided below, on the last oaae of the Bid Form and acknowledge receipt on the outer envelope of vour bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT: By:1l44/174A�— Michael Hern Western Municipal Construction Company: of Texas, LLC Address: 402 Gulf Ave City: Justin State: TX ISSUED BY: BGE, Inc by SWW Garrett Scoggi m By: xoea.w ao upo i �mvr Garrett Scoggins, P.E. Project Manager ACCEPTED BY CITY: Sandip Adhikari, P.E. Project Manager PAGE 1 ADDENDUM NO. 2 To the Plans, Specifications & General Contract Documents Water Improvements To Serve 36"-30" Water Improvements To Serve LaPrelle CITY PROJECT NO.: 105160 Original Bid Date: May e, 2024 2:00 PM Revised Bid Date: May 161, 2024 2:00 PM Addendum No. 2: Issued May 81, 2024 Prospective bidders are hereby informed that the Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: Bid open date for this project is changed. to Mav 16th. 2024. This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space provided below, on the last page of the Bid Form and acknowledge receipt on the outer envelooe of vour bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT Michael Hern Western Municipal Construction Company: of Texas..) I r Address City. Justin 402 Gulf Ave State: TX ISSUED BY: BGE, Inc By: I dr Garr' Scoggins, Project Manager ACCEPTED BY CITY: Sandip Adhikad, P. E. Project Manager PAGE 1 ADDENDUM NO. 3 To the Plans, Specifications & General Contract Documents Water Improvements To Serve 36"-30" Water Improvements To Serve LaPrelle CITY PROJECT NO.: 105160 Original Bid Date: May 9"', 2024 2:00 PM Revised Bid Date: May 161, 2024 2:00 PM Addendum No. 3: Issued May 13t' 2024 Prospective bidders are hereby informed that the Contract Documents, Specifications, and Plans for the subject project are hereby amended as follows: SPECIFICATIONS & CONTRACT DOCUMENTS: 1. Document Modred: Section 00 42 43 Proposal Form Description of Change: Bidlist Item No. 1 and 12 are revised. 2. Document Modified: Draft Project Manual Description of Change: Section 00 0010 Table of Contents — Added new Appendix A-1 Casing Pipe Wall Thickness and Technical Memorandum. 3. Document Modified: Drab Project Manual Description of Change: Draft Project Manual is revised to include updated Section 00 00 42 43_ Proposal Form. 4. Document Modified: Draft Project Manual Description of Change: Appendix — Added new Appendix A-1 Casing Pipe Wall Thickness and Technical Memorandum. BIDDER QUESTIONS AND ANSWERS: Question 1: Option for alternate piping for 30" & 36" - We request the approval to provide AWWA C303 Bar Wrapped Pipe as an alternate material to the specified Steel Pipe. Bar Wrapped Pipe is similar to mortar -lined and coated steel pipe. Bar Wrapped Pipe can be worked on in the field in the same manner as steel pipe. The City of Ft. Worth has extensive experience with Bar Wrapped Pipe. It has been installed in Ft. Worth since 1956 and there is over 965,000 linear feet of it in the ground today. The most recent project with Bar Wrapped Pipe is the Water and Sanitary Sewer Replacement Contract 2021, WSM-C with approximately 5,900 linear feet of 36" and 30" pipe. Bar Wrapped pipe offers efficient installation due to our mechanically restrained sanp ring joint. It is a one -bolt system with no welding or interior joint coating required. We appreciate your consideration of this request. Answer: The pipe material is determined per approved construction plans. Question 2: CCTV — With this being a water line, will CCTV be required? Historically, water lines are not CCTV'd. Answer: Water mains containing butterfly valves will require alternate methods for inspection and cleaning such as closed-circuit television video (CCTV) per City's Water/Wastewater Design Criteria Manual (May 2019) Section 5.14.1.2. PAGE 1 Question 3: Ductile Iron Fittings — There is a bid item for Ductile Iron Fittings, should this be Steel Fittings since this is a steel line? Answer: Revised to 3311.0011 Steel Fittings per Addendum Number 3. Question 4: Polyurethane coating —33 11 14/ 2.2.B.2.a.1.k — request that Durashield 110 by Lifelast is added as an acceptable polyurethane coating product. Answer: No. Question 5: Pipe wall thickness — 33 11 14/ 2.2.C.4.a — request that minimum pipe wall steel thickness shall be greater of 0.1875", or D/240. Answer: No. Question 6: Pipe wall thickness — 33 11 14/ 2.2.C.4.d — request that minimum pipe wall steel thickness shall be greater of 0.250", or D/144. Answer: No Question 7: Cement Mortar — 33 11 14/ 2.2.1311 - request ASTM C595 Type IL cement allowed in lieu of ASTM C150 II, in accordance with the latest addendum to AWWA C205. Answer: No. Question 8: Backfill — The drawings indicate 3 separate backfill options on sheet 12, however the plan and profile sheets do not indicate where each should go. Can you please specify? Answer: Only acceptable backfill is planned for now unless site conditions requires select backfill or CSS. Question 9: Casing Thickness — What thickness is specified for the 54" Casing? Answer: 11/16 inch, 0.6875 inch Question 10: Seeding — Is seeding included in this project. The spec sections have been struck through. If so, can a bid item be included? Answer: No. Question 11: 12" Carrier Pipe — The bid items indicate 40 LF of 12" carrier pipe. Can you indicate where this is on the plans and what casing size is needed? Answer: Revised to 3311.0441 12" Water Pipe per Addendum Number 3. Locations are below. Sheet 6 of 19: Sta 5+59.65 = Install 1 joint of 12" PVC pipe (20 LF = 1 joint) Sheet 11 of 19: Sta 12+18.75 = Install 1 joint of 12" PVC pipe (20 LF = 1 joint) Question 12: Pre -Qualified Bidders list — When will the pre -qualified bidder's list be posted for this project? Answer: Prequalified contractor's list is published by water department and its weblink is below. https://apps.fortworthtexas. gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Contractor%20Prequalification %20Lists/Water%20ActiveContractorList%2005.9.24. pdf PAGE 2 Question 13: Liquidated Damages - What are the liquidated damages per day? Answer: $500/DAY. This Addendum, forms part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Bidder shall acknowledge receipt of this addendum in the space brovided below, on the last. naee of the Bid Form and acknowledge receipt on the outer envelope of your bid. A signed copy of this Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT: ISSUED BY: BGE, Inc By: By: GarrettScoggi P ject Manager Company: �•.., l�vn:�,�i�r1,�,x ekrr, Address: 40z 6oAC 4Ve . City: .7a.54,0 Stater ACCEPTED BY CITY, Sandip Adhikad, P.E. Project Manager PAGE 3 00 42 43 DAP - BID PROPOSAL Page 1 of I SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information I Bidder's Proposal Bidlist Item No. Description Specification Section No. I Unit of Measure Bid Quantity Unit Price Bid Value UNIT I: WATER IMPROVEMENTS 1 3311:0441 12" Water Pi,)e 33 11 10. 33 11 12 LF 40 $115.3' $4 612.40 2 3311.0451 12' DI Pipe 13311.0861 33 11 10 LF 265I $110.33 $29 237.45 3 3311,0761 30" Steel AWWA C200 Water Pipe 3311 14 LF 1250 $354.85 $443 562.50 4 36" Steel AWWA C200 Water Pi:. a 33 11 14 LF 34001 $506.35 $1 721 590.00 5 13305.1009 54" Casim B, O:.en Cut 33 05 22 1 LF 1 2501 $600.971 $150.242.50 6 13312.3005 12" Gate Valve 33 12 20 1 EA 1 61 $4 420.53I $26.523.18 7 13312.3009 30" Gate Valve w/ Vault 33 12 20 1 EA 1 21 $99706.641 $199 413,28 8 13312.5000 36" Butterfl, Valve w/ Vault 1331221 1 EA 1 41 $63 637.68 $254 550.72 9 13312.1004 4" Combination Air Valve Assembly for Water 133 12 30 1 EA 1 1 $36153.871 $36 153.87 10 13312.1005 6" Combination Air Valve Assembly for Water 133 12 30 1 EA 1 1 $31984.421 $31 984.42 11 13312.6003 8" Blow Off Valve 133 12 50 1 EA 1 1 $20 996.61 $20 996.61 12 13311.0011 Steel Fittings 13311 14 I LS 1 1.0 $82 512.45 $82 512.45 13 13312.0117 Connection to Existing 12" Water Main 133 12 25 1 EA 1 1 $4 421.16 $4 421.16 14 13305.0109 Trench Safes 133 05 10 1 LF 1 4955 $1.74 $8 621.70 15 13304.0002 Cathodic Protection 133 04 12 1 LS 1 1 $49.278.58 $49 278.58 16 10241.1110 30" Pressure Plug 10241 14 1 EA I 1 $11,367.09 $11 367.09 17 10241.1111 36" Pressure Pluc: 10241 14 1 EA 1 2 $15,132.43 $30 264.86 18 10241,1118 4"-12" Pressure Plug 10241 14 1 EA 1 6I $1 757.95 $10 547.70 19 13201.0202 As;. halt Pvmt Re: air Be, and Defined Width, Arterial 13301 17 1 SY 1 6 $725.00 $4 350.00 20 13471.0001 Traffic Control 13471 13 MO 1 3I $2 440.51 $7 321.53 TOTAL UNIT 1: WATER IMPROVEMENTS{ $3,127,552.00 Bid Summary UNIT l: WATER IMPROVEMENTS $3 127.552.001 Total Construction Bidl $3,127,652.001 This bid is submitted by the entity listed below: Company: Western Municipal Construction of Texas LLC Street Address: 402 Gulf Ave City, State, Zip Code: Justin, Texas, 76247 Phone: 940-648-0020 Contractor agrees to complete WORK for FINAL ACCEPTANCE within to run as provided in the General Conditions. ;.ad� Signature : . Title: (��G" Date: 6/1,6/zd1&4 280 . working days after the date when the CONTRACT commences END OF SECTION CITY OF FORT WOR I H STANDARD CONSTRUCTION SPECfFICAT ION DOCCI&NT S - DEVELOPER AWARDED PROJECTS Form Versmn May 22,2M o Addend- 136'-30` WA rtR LINE 10 SERVE fAPRF.LLL . . CITY OF FORT WORTH PROJEC I NO 105160 0043 13 DAP BID BOND FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 1 SECTION 00 43 13 DAP - BID BOND * * Colonial American Casualty and Surety Company & BY THESE PRESENTS: Fidelity and Deposit Company of Western Municipal Construction Maryland That we, of Texas, LLC called the Principal, and * * a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid 5% and No/100 Dollars said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS the Principal has submitted a proposal to perform work for the following project of the Obligee identified as: City Project Number 105160 Laprelle 301N 361N Water Line Approximately 3400 LF of 36" Steel AWWA C200 Water Pipe Approximately 1250 LF of 30" Steel AWWA C200 Water Pipe NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 7 day of May , 20 2 4, By: Western Municipal Construction of Texas, LLC (Signature and Title of Principal Colonial American Casualty and Surety Company & By: Fidelity and Deposit Company of Maryland Naomi Gerber (Signature of Attorney -of -Fact) *Attach Power of Attorney (Surety) for Attorney -in -Fact END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION BI D BOND FORM — DEVELOPER AWARDED PROJECTS Impressed Surety Seal. Only 00 43 13Did Bond DAP Form Version April 2, 2014 Bond Number: Bid Bond Obligee: City of Fort Worth ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Naomi Gerber , its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this Ithh day of October, A.D. 2023. t G,114tIp,I1/J/,/,`' ,,,lt{tlltlJ/h „1{14t11li1;/,// ,u:a91'6i)d 00 r'SfAL = r'SEAL 9f Jj, ,'*.`/"phu..... t�``` +"�'q ,W11YOR't�,,,ai` 'Jl i/am�aoNr r� •• ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice president Byy: Dawn E. Brown Secretary State of Maryland County or Baltimore On this 10th day of October, A.U. 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seats affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, t have hereunto set my hand and affixed my Official Seal the day and year first above written. C;enetvieve M. Mah;on ,q,u ",, vEM .t T�.t'i,J,,c GENEVIEVE M. MAt50NPuauG NOTARY PUBL Ic , MT MORE GOVUrY MU N•cevmitwn&Xea,`sdMARY27.2025 Irnm� Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attome\ s-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorncys4n-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, f have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 7th day of Mav 2024 , „lIINY ,/ {\{N{,YMIYiylf '\,NNIfNIIIIY//,/ 0 s vSEAtm�EAL+ ry r,`N/lYYYYl If \ `//.ISYI{IlilN\ -Mg pd&.rL By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 rei lortsfelaims_a:zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxDertnit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised April 2, 2014 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised April 2, 2014 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequaliiication letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised April 2, 2014 SECTION 00 4215 PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvae" box vrovide the complete maior work ivue and actual descrintion as provided by the Water Department for water and sewer and TPW for vavin�-. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Development, 42- Western Municipal Construction of 04/30/2025 inches and smaller Texas, LLC The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Western Municipal Construction of Texas, LLC 402 Gulf Ave Justin, Texas 76247 BY: Michael Hem -7ik/cry Signiture) TITLE General Manager DATE: 05/16/2024 36"-30" WATER LINE TO SERVE LAPRELLE CITY OF FORT WORTH PROJECT NO.105160 1 2 3 4 5 6 7 8 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 2 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. 105160. 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. 9 CONTRACTOR: 10 11 Western Municipal Construction of Texas, LLC By: Michael Horn 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Company (Please Print) 402 Gulf Ave Signature: Address Justin. Texas 76247 Title: General Manaqer City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Michael Hern , 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 Western Municipal Construction of Texas. LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 24 day of July 2024. 4,rY ,y JUSTIN LEE CLARK N ry Pubtk, State of Texas + My Commission Expires yf a. r Clebber 24, 2027 NOTARY ID 1301EB11 Notary Public in and for the State of Texas CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised April 2, 2014 00 45 26 - 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 END OF SECTION CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT N0,105160 Revised April 2, 2014 Docusign Envelope ID: 9092B281-Al B4-4BA2-BFC8-4049092376FB 005243-1 Developer Awarded Project Agreement Page 1 of 6 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 6/11/24 is made by and between the Developer, 4 TPHMI DFW 4047, LLC, a Delaware limited liability company, authorized to do business in Texas 5 ("Developer") , and Western Municipal Construction of Texas, LLC, authorized to do business in 6 Texas, acting by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree 8 as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part 14 is generally described as follows: 15 36" — 30" WATER LINE TO SERVE LAPRELLE 16 CITY PROJECT NO.105160 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within ( 280 ) calendar days <ensure the 23 days shown match the days shown in the Proposal> after the date when the Contract Time 24 commences to run as provided in Paragraph 12.04 of the Standard City Conditions of the 25 Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project NO.105160 Revised June 16, 2016 Docusign Envelope ID: 9092B281-Al B4-4BA2-BFC8-4049092376FB 005243-2 Developer Awarded Project Agreement Page 2 of 6 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer Five hundred and 00/100 Dollars ($500.00) for each day that expires after the 36 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 37 of Acceptance. 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the 40 Contract Documents an amount in current funds of Three million, one hundred twenty seven 41 thousand, five hundred fiftv two and 00/100 Dollars ($3,127,552.00). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer 45 and Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project NO.105160 Revised June 16, 2016 Docusign Envelope ID: 9092B281-Al B4-4BA2-BFC8-4049092376FB 005243-3 Developer Awarded Project Agreement Page 3 of 6 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 68 69 70 71 72 73 74 75 76 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project NO.105160 Revised June 16, 2016 Docusign Envelope ID: 9092B281-Al B4-4BA2-BFC8-4049092376FB 005243-4 Developer Awarded Project Agreement Page 4 of 6 77 Article 6. INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed by 81 the contractor, its officers, agents, employees, subcontractors, licenses or invitees under 82 this contract. This indemnification provision is specifically intended to operate and be 83 effective even if it is alleged or proven that all or some of the damages being sought 84 were caused, in whole or in part, by anv act, omission or negligence of the city. This 85 indemnity provision is intended to include, without limitation, indemnity for costs, 86 expenses and legal fees incurred by the city in defending against such claims and causes 87 of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city, its officers, servants and employees, from and against any and all loss, damage 91 or destruction of property of the city, arising out of, or alleged to arise out of, the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification provision 94 is specifically intended to operate and be effective even if it is alleged or proven that all 95 or some of the damages being sought were caused, in whole or in part, by anv act, 96 omission or negligence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project NO.105160 Revised June 16, 2016 Docusign Envelope ID: 9092B281-Al B4-4BA2-BFC8-4049092376FB 005243-5 Developer Awarded Project Agreement Page 5 of 6 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. 118 119 7.6 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 127 Contractor: Developer: Western Municipal Construction of TPHMI DFW 4047 LLC, a Delaware limited liability Texas, LLC company DocuSigned by: By: By: E � F DE6F3F7HBA54B0... (Signature) (Signature) CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project NO.105160 Revised June 16, 2016 Docusign Envelope ID: 9092B281-Al B4-4BA2-BFC8-4049092376FB 128 Jock Clause (Printed Name) Title: Managing Member Company Name: Western Municipal Construction of Texas, LLC Address: 402 Gulf Avenue City/State/Zip: Justin, TX 76247 06/11/2024 Date Bruce French 005243-6 Developer Awarded Project Agreement Page 6 of 6 (Printed Name) Title: Vice President Company name: TPHMI DFW 4047, LLC, a Delaware limited liability company Address: 6201 W. Plano Pkwy., Suite 150 City/State/Zip: Plano, TX 75093 6/11 /2024 Date CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project NO.105160 Revised June 16, 2016 00 45 40 - 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 Business Equity Goal Page 1 of 2 f 1 010M 1113e[Qlili1C Business Equity Goal APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBEs). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 2020 (codified at: httDs://codelibrar_v.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to this bid. BUSINESS EOUITY PROJECT GOAL The City's Business Equity goal on this project is 27% of the total bid value of the contract (Base bid applies to Parks and Community Services). METHODS TO COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the ordinance through one of the following methods: 1. Commercially useful services performed by a Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime contractor Waiver documentation. SUBMITTAL OF REOUIRED DOCUMENTATION Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or Department Designee. Documents are to be received no later than 2:00 p.m., on the third City business day after the bid opening date, exclusive of the bid opening date. The Offeror must submit one or more of the following documents: 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished; 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities; or 4. Joint Venture/Mentor-Prot6g6 Form, if goal is met or exceeded with a Joint Venture or Mentor- Prot6g6 participation. CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 105160 Revised October 27, 2021 00 45 40 - 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Business Equity Goal Page 2 of 2 These forms can be found at: Business Equity Utilization Form and Letter of Intent httDs://aDDs.fortworthtexas.aov/Pro_iectResources/ResourcesP/60 - MWBE/Business Equity Utilization Form DVIN 2022 220324.odf Letter of Intent httDs://aDDS.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 2021.Ddf Business Equity Good Faith Effort Form httDs://aDDS.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Good Faith Effort Form DVIN2022.Ddf Business Equity Prime Contractor Waiver Form httl)s://aDDs.fortworthtexas.F4ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor Waiver-220313.1)df Business Equity Joint Venture Form httDs://aDDS.fortworthtexas.2_ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Joint Venture 220225.Ddf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. 27 FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUTY DOCUMENTATION OR 28 OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING 29 DECLARED NON -RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE 30 BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 31 32 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 33 Inclusion at (817) 392-2674. 34 END OF SECTION 35 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 27, 2021 LAPRELLE 361N 30IN WATER LINE City Project No. 105160 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ADDITIONAL INSURED - AUTOMATIC STATUS AND AUTOMATIC WAIVER OF SUBROGATION WHEN REQUIRED IN WRITTEN CONTRACT, AGREEMENT, PERMIT OR AUTHORIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Additional Insured - Owners, Lessees Or Contractors - Automatic Status For Other Parties When Required In Written Contract Or Agreement With You 1. Section II - Who Is An Insured is amended to include as an additional in- sured any person or organization you have agreed in writing in a contract or agreement to add as an additional in- sured on this Coverage Part. Such per- sons) or organization(s) is an additional insured only with respect to liability for: a. "Bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by the performance of your ongoing opera- tions by you or on your behalf, under that written contract or written agreement. Ongoing operations does not apply to "bodily injury" or "proper- ty damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the loca- tion of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage aris- es has been put to its intended use by any person or organiza- tion other than another contrac- tor or subcontractor engaged in performing operations for a prin- cipal as a part of the same pro- ject; and b. "Bodily injury" or "property damage" caused, in whole or in part, by "your work" performed under that written contract or written agreement and in- cluded in the "products -completed operations hazard", but only if: (1) The Coverage Part to which this endorsement is attached pro- vides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard"; and (2) The written contract or written agreement requires you to pro- vide additional insured coverage included within the "products - completed operations hazard" for that person or organization. If the written contract or written agreement requires you to provide additional insured coverage included within the "products -completed oper- ations hazard" for a specified length of time for that person or organiza- tion, the "bodily injury" or "property damage" must occur prior to the ex- piration of that period of time in order for this insurance to apply. If the written contract or written agreement requires you to provide additional insured coverage for a person or organization per only ISO additional insured endorsement form number CG 20 10, without specifying an edition date, and without specifi- cally requiring additional insured coverage included within the "prod- ucts -completed operations hazard", this Paragraph b. does not apply to that person or organization. 2. If the written contract or written agree- ment described in Paragraph 1. above specifically requires you to provide addi- tional insured coverage to that person or organization: a. Arising out of your ongoing opera- tions or arising out of "your work"; or Includes copyrighted material of Insurance GA 472 05 20 Services Office, Inc., with its permission. Page 1 of 3 b. By way of an edition of an ISO addi- tional insured endorsement that in- cludes arising out of your ongoing operations or arising out of 'your work"; then the phrase caused, in whole or in part, by in Paragraph A.1.a. and/or Para- graph A.1.b. above, whichever applies, is replaced by the phrase arising out of. 3. With respect to the insurance afforded to the additional insureds described in Para- graph A.1., the following additional exclu- sion applies: This insurance does not apply to "bodily injury", "property damage" or "personal C and advertising injury" arising out of the rendering of, or the 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 draw- ings 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, hir- ing, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "prop- erty damage", or the offense which caused the "personal and advertising inju- ry", involved the rendering of, or the fail- ure to render, any professional architec- tural, engineering or surveying services. 4. This Paragraph A. does not apply to addi- tional insureds described in Paragraph B. B. Additional Insured - State Or Governmental Agency Or Subdivision Or Political Subdi- vision - Automatic Status When Required In Written Permits Or Authorizations Section II - Who Is An Insured is amended to include as an additional in- sured any state or governmental agency or subdivision or political subdivision you have agreed in writing in a permit or au- thorization to add as an additional insured on this Coverage Part. Such state or gov- ernmental agency or subdivision or politi- cal subdivision is an additional insured only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivi- sion or political subdivision has issued, in writing, a permit or authorization. 2. With respect to the insurance afforded to the additional insureds described in Para- graph B.1., the following additional exclu- sions apply: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" aris- ing out of operations performed for the federal government, state or mu- nicipality; or b. "Bodily injury" or "property damage" included within the "products - completed operations hazard." The insurance afforded to additional insureds described in Paragraphs A. and B.: Only applies to the extent permitted by law; and Will not be broader than that which you are required by the written contract, writ- ten agreement, written permit or written authorization to provide for such addition- al insured; and 3. Does not apply to any person, organiza- tion, state, governmental agency or sub- division or political subdivision specifically named as an additional insured for the same project in the schedule of an en- dorsement added to this Coverage Part. D. With respect to the insurance afforded to the additional insureds described in Paragraphs A. and B., the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the addi- tional insured is the amount of insurance: 1. Required by the written contract, written agreement, written permit or written au- thorization described in Paragraphs A. and B. For the purpose of determining the required amount of insurance only, we will include the minimum amount of any Um- brella Liability or Excess Liability cover- age required for that additional insured in that written contract, written agreement, written permit or written authorization; or 2. Available under the applicable limits of in- surance; whichever is less. This endorsement shall not increase the appli- cable limits of insurance. E. Section IV - Commercial General Liability Conditions is amended to add the following: Automatic Additional Insured Provision Includes copyrighted material of Insurance GA 472 05 20 Services Office, Inc., with its permission. Page 2 of 3 This insurance applies only if the "bodily inju- ry" or "property damage" occurs, or the "per- sonal and advertising injury" offense is com- mitted: 1. During the policy period; and 2. Subsequent to your execution of the writ- ten contract or written agreement, or the issuance of a written permit or written au- thorization, described in Paragraphs A. and B. F. Except when G. below applies, the following is added to Section IV - Commercial General Liability Conditions, Other Insurance, and supersedes any provision to the contrary: When Other Additional Insured Coverage Applies On An Excess Basis This insurance is primary to other insurance available to the additional insured described in Paragraphs A. and B. except: 1. As otherwise provided in Section IV - Commercial General Liability Condi- tions, Other Insurance, b. Excess In- surance; or 2. For any other valid and collectible insur- ance available to the additional insured as an additional insured on another insur- ance policy that is written on an excess basis. In such case, this insurance is also excess. G. The following is added to Section IV - Com- mercial General Liability Conditions, Other Insurance, and supersedes any provision to the contrary: Primary Insurance When Required By Writ- ten Contract, Agreement, Permit Or Au- thorization Except when wrap-up insurance applies to the claim or "suit" on behalf of the additional in- sured, this insurance is primary to any other insurance available to the additional insured described in Paragraphs A. and B. provided that: 1. The additional insured is a Named In- sured under such other insurance; and 2. You have agreed in writing in a contract, agreement, permit or authorization de- scribed in Paragraph A. or B. that this in- surance would be primary to any other in- surance available to the additional in- sured. As used in this endorsement, wrap-up insur- ance means a centralized insurance program under which one party has secured either in- surance or self-insurance covering some or all of the contractors or subcontractors perform- ing work on one or more specific project(s). Primary And Noncontributory Insurance When Required By Written Contract, Agreement, Permit Or Authorization Except when wrap-up insurance applies to the claim or "suit" on behalf of the additional in- sured, this insurance is primary to and will not seek contribution from any other insurance available to the additional insured described in Paragraphs A. and B. provided that: 1. The additional insured is a Named In- sured under such other insurance; and 2. You have agreed in writing in a contract, agreement, permit or authorization de- scribed in Paragraph A. or B. that this in- surance would be primary and would not seek contribution from any other insur- ance available to the additional insured. As used in this endorsement, wrap-up insur- ance means a centralized insurance program under which one party has secured either in- surance or self-insurance covering some or all of the contractors or subcontractors perform- ing work on one or more specific project(s). H. Section IV - Commercial General Liability Conditions, Transfer Of Rights Of Recov- ery Against Others To Us is amended by the addition of the following: Waiver of Subrogation We waive any right of recovery against any additional insured under this endorsement, because of any payment we make under this endorsement, to whom the insured has waived its right of recovery in a written con- tract, written agreement, written permit or writ- ten authorization. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such additional in- sured prior to loss. Includes copyrighted material of Insurance GA 472 05 20 Services Office, Inc., with its permission. Page 3 of 3 POLICY NUMBER:EPP 054 41 91 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): EACH OF THE NAMED INSURED'S CONSTRUCTION PROJECTS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legal- shown in the Declarations nor shall they ly obligated to pay as damages caused by "oc- reduce any other Designated Construction currences" under Section I - Coverage A, and Project General Aggregate Limit for any for all medical expenses caused by accidents other designated construction project under Section I - Coverage C, which can be at- shown in the Schedule above. tributed only to ongoing operations at a single designated construction project shown in the 4. The limits shown in the Declarations for Schedule above: Each Occurrence, Damage To Premises Rented To You and Medical Expense 1. A separate Designated Construction Pro- continue to apply. However, instead of be- ject General Aggregate Limit applies to ing subject to the General Aggregate Limit each designated construction project, and shown in the Declarations, such limits will that limit is equal to the amount of the be subject to the applicable Designated General Aggregate Limit shown in the Construction Project General Aggregate Declarations. Limit. 2. The Designated Construction Project B. For all sums which the insured becomes legal - General Aggregate Limit is the most we ly obligated to pay as damages caused by "oc- will pay for the sum of all damages under currences" under Section I - Coverage A, and Coverage A, except damages because of for all medical expenses caused by accidents "bodily injury" or "property damage" in- under Section I - Coverage C, which cannot be cluded in the "products -completed opera- attributed only to ongoing operations at a sin- tions hazard", and for medical expenses gle designated construction project shown in under Coverage C regardless of the num- the Schedule above: ber of: 1. Any payments made under Coverage A a. Insureds; for damages or under Coverage C for b. Claims made or "suits" brought; or medical expenses shall reduce the amount available under the General Ag- c. Persons or organizations making gregate Limit or the Products -completed claims or bringing "suits". Operations Aggregate Limit, whichever is applicable; and 3. Any payments made under Coverage A for damages or under Coverage C for 2. Such payments shall not reduce any Des - medical expenses shall reduce the Des- ignated Construction Project General Ag- ignated Construction Project General Ag- gregate Limit. gregate Limit for that designated con- C. When coverage for liability arising out of the struction project. Such payments shall not "products -completed operations hazard" is reduce the General Aggregate Limit provided, any payments for damages because CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Pagel of 2 ❑ of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construc- tion Project General Aggregate Limit. E. D. If the applicable designated construction pro- ject has been abandoned, delayed, or aban- doned and then restarted, or if the authorized contracting parties deviate from plans, blue- prints, designs, specifications or timetables, the project will still be deemed to be the same construction project. The provisions of Section III - Limits Of Insur- ance not otherwise modified by this endorse- ment shall continue to apply as stipulated. CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 2 of 2 ❑ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CinciPlus® BUSINESS AUTO XC+® (EXPANDED COVERAGE PLUS) ENDORSEMENT This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. A. Blanket Waiver of Subrogation SECTION IV - BUSINESS AUTO CONDI- TIONS, A. Loss Conditions, 5. Transfer of Rights of Recovery Against Others to Us is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "insured contract", provid- ed the "bodily injury" or "property damage" oc- curs subsequent to the execution or the "in- sured contract". B. Noncontributory Insurance SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, 5. Other In- surance C. is deleted in its entirety and re- placed by the following: C. Regardless of the provisions of Par- agraph a. above, this Coverage Form's Liability Coverage is primary and we will not seek contribution from any other insurance for any lia- bility assumed under an "insured contract" that requires liability to be assumed on a primary noncontributo- ry basis. C. Additional Insured by Contract This provision does not apply unless the valid written contract has been: 1. Executed prior to the accident causing "bodily injury" or "property damage"; and 2. Is still in force at the time of the "accident" casp "bodily injury" or "property dam- age D. Employee Hired Auto 1. Changes in Liability Coverage The following is added to the SECTION II - LIABILITY COVERAGE, A. Coverage, 1. Who is an Insured: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. 2. Changes in General Conditions SECTION IV - BUSINESS AUTO CON- DITIONS, B. General Conditions, 5. Other Insurance is deleted in its entirety and replaced by the following: b. For Hired Auto Physical Damage Coverage the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and SECTION II - LIABILITY COVERAGE, A. Coverage, 1. Who is an Insured is amended (2) Any covered "auto" hired or to include as an insured any person or organi- rented by your "employee" under zation for whom you have agreed in a valid a contract in that individual "em- written contract to provide insurance as af- ployee's" name, with your per - forded by this policy. mission, while performing duties related to the conduct of your This provision is limited to the scope of the business. valid written contract. Includes copyrighted material of ISO AA288 06 20 Properties, Inc., with its permission. Page 1 of 4 However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". E. Audio, Visual and Data Electronic Equip- ment SECTION III - PHYSICAL DAMAGE COV- ERAGE, C. Limit of Insurance is amended by adding the following: 4. The most we will pay for all "loss" to au- dio, visual or data electronic equipment and any accessories used with this equipment as a result of any one "acci- dent" is the lesser of: a. The actual cash value of the dam- aged or stolen property as of the time of the "accident"; b. The cost of repairing or replacing the damaged or stolen property with oth- er property of like kind and quality; or C. $2,500. Provided the equipment, at the time of the "loss" is: a. Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; b. Removable from a permanently in- stalled housing unit as described in Paragraph 2.a. above; or C. An integral part of such equipment. F. Who is an Insured - Amended SECTION II - LIABILITY COVERAGE, A. Coverage, 1. Who is an Insured is amended by adding the following: The following are "insureds": 1. Any subsidiary which is a legally incorpo- rated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of this cover- age form. However, the insurance afforded by this provision does not apply to any subsidiary that is an "insured" under any other au- tomobile liability policy or would be an "in- sured" under such policy but for termina- tion of such policy or the exhaustion of such policy's limits of insurance. 2. Any organization that is newly acquired or formed by you and over which you main- tain majority ownership. The insurance provided by this provision: a. Is effective on the date of acquisition or formation, and is afforded for 180 days after such date; b. Does not apply to "bodily injury" or "property damage" resulting from an "accident" that occurred before you acquired or formed the organization; C. Does not apply to any newly acquired or formed organization that is a joint venture or partnership; and d. Does not apply to an insured under any other automobile liability policy or would be an insured under such a policy but for the termination of such policy or the exhaustion of such poli- cy's limits of insurance. 3. Any of your "employees" while using a covered "auto" in your business or your personal affairs, provided you do not own, hire or borrow that "auto". G. Liability Coverage Extensions - Supple- mentary Payments - Higher Limits SECTION II - LIABILITY COVERAGE, A. Coverage, 2. Coverage Extensions, a. Sup- plementary Payments is amended by: 1. Replacing the $2,000 Limit of Insurance for bail bonds with $4,000 in (2); and 2. Replacing the $250 Limit of Insurance for reasonable expenses with $500 in (4). H. Amended Fellow Employee Exclusion SECTION II - LIABILITY COVERAGE, B. Ex- clusions, 5. Fellow Employee is modified as follows: Exclusion 5. Fellow Employee is deleted. I. Hired Auto - Physical Damage If hired "autos" are covered "autos" for Liability Coverage, then Comprehensive and Collision Physical Damage Coverages as provided un- der SECTION III - PHYSICAL DAMAGE COVERAGE of this Coverage Part are ex- tended to "autos" you hire, subject to the fol- lowing: The most we will pay for "loss" to any hired "auto" is $50,000 or the actual cash value or cost to repair or replace, which- ever is the least, minus a deductible. 2. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage, or $1,000, whichever is less. 3. Hired Auto - Physical Damage coverage is excess over any other collectible insur- ance. Includes copyrighted material of ISO AA288 06 20 Properties, Inc., with its permission. Page 2 of 4 4. Subject to the above limit, deductible, and excess provisions we will provide cover- age equal to the broadest coverage appli- cable to any covered "auto" you own in- sured under this policy. K. Transportation Expense - Higher Limits Coverage includes loss of use of that hired au- to, provided it results from an "accident" for which you are legally liable and as a result of which a monetary loss is sustained by the L leasing or rental concern. The most we will pay for any one "accident" is $3,000. If a limit for Hired Auto - Physical Damage is shown in the Schedule, then that limit replac- es, and is not added to, the $50,000 limit indi- cated above and the deductibles shown in the Schedule are applicable. J. Rental Reimbursement SECTION III - PHYSICAL DAMAGE COV- ERAGE is amended by adding the following: 1. We will pay for rental reimbursement ex- penses incurred by you for the rental of an "auto" because of a "loss" to a covered "auto". Payment applies in addition to the otherwise applicable amount of each cov- erage you have on a covered "auto". No deductible applies to this coverage. 2. We will pay only for those expenses in- curred during the policy period beginning 24 hours after the "loss" and ending, re- gardless of the policy's expiration, with the lesser of the following number of days: a. The number of days reasonably re- quired to repair the covered "auto". If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you; or b. 30 days. 3. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses in- curred; or b. $50 per day. 4. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. SECTION III - PHYSICAL DAMAGE COV- ERAGE, A. Coverage, 4. Coverage Exten- sions is amended by replacing $20 per day with $50 per day, and $600 maximum with $1,500 maximum in Extension a. Transpor- tation Expenses. Airbag Coverage SECTION III - PHYSICAL DAMAGE COV- ERAGE, B. Exclusions, 3.a. is amended by adding the following: However, the mechanical and electrical breakdown portion of this exclusion does not apply to the accidental discharge of an airbag. This coverage for airbags is excess over any other collectible insurance or warranty. M. Loan or Lease Gap Coverage SECTION III - PHYSICAL DAMAGE COVERAGE, C. Limit of Insurance is deleted in its entirety and replaced by the following, but only for private passenger type "autos" with an original loan or lease, and only in the event of a "total loss" to such a private passenger type "auto": a. The most we will pay for "loss" in any one "accident" is the greater of: (1) The amount due under the terms of the lease or loan to which your covered private passenger type "auto" is subject, but will not include: (a) Overdue lease or loan pay- ments; (b) Financial penalties imposed under the lease due to high mileage, excessive use or abnormal wear and tear; (c) Security deposits not re- funded by the lessor; (d) Costs for extended warran- ties, Credit Life Insurance, Health, Accident or Disabil- ity Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases, or 5. We will pay under this coverage only that (2) Actual cash value of the stolen amount of your rental reimbursement ex- or damaged property. penses which is not already provided for b. An adjustment for depreciation and under SECTION III - PHYSICAL DAM- physical condition will be made in de - AGE COVERAGE, A. Coverage, 4. termining actual cash value at the Coverage Extensions. time of "loss". Includes copyrighted material of ISO AA288 06 20 Properties, Inc., with its permission. Page 3 of 4 2. SECTION V - DEFINITIONS is amended by adding the following, but only for the purposes of this Loan or Lease Gap Coverage: "Total loss" means a 'loss" in which the cost of repairs plus the salvage value ex- ceeds the actual cash value. N. Glass Repair - Waiver of Deductible SECTION III - PHYSICAL DAMAGE COV- ERAGE, D. Deductible is amended by adding the following: No deductible applies to glass damage if the glass is repaired in a manner acceptable to us rather than replaced. O. Duties in the Event of an Accident, Claim, Suit or Loss - Amended SECTION IV - BUSINESS AUTO CONDI- TIONS, A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss, a. is amended by adding the following: This condition applies only when the "acci- dent' or "loss" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. An executive officer or insurance manag- er, if you are a corporation; or 4. A member or manager, if you are a lim- ited liability company. P. Unintentional Failure to Disclose Hazards SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, 2. Conceal- ment, Misrepresentation or Fraud is amended by adding the following: However, if you unintentionally fail to disclose any hazards existing on the effective date of this Coverage Form, we will not deny cover- age under this Coverage Form because of such failure. Q. Mental Anguish Resulting from Bodily Inju- ry SECTION V - DEFINITIONS, C. "Bodily inju- ry" is deleted in its entirety and replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including men- tal anguish and death sustained by the same person that results from such bodily injury, sickness or disease. "Bodily injury" does not include mental anguish or death that does not result from bodily injury, sickness or disease. R. Coverage for Certain Operations in Con- nection with Railroads With respect to the use of a covered "auto" in operations for or affecting a railroad: 1. SECTION V - DEFINITIONS, H. "Insured contract', 1.c. is deleted in its entirety and replaced by the following: C. An easement or license agreement; 2. SECTION V - DEFINITIONS, H. "Insured contract', 2.a. is deleted. Includes copyrighted material of ISO AA288 06 20 Properties, Inc., with its permission. Page 4 of 4 COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM Various provisions in this Coverage Part restrict this insurance. Read the entire Coverage Part carefully to determine rights, duties and what is and is not covered. Throughout this Coverage Part the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as a Named Insured under this Coverage Part. The words "we", "us" and 'bur" refer to the Company providing this insurance. The word "insured" means any person or organiza- tion qualifying as such under SECTION II - WHO IS AN INSURED. Other words and phrases that appear in quotation marks have special meaning. Refer to SECTION V - DEFINITIONS. SECTION I - COVERAGE A. Insuring Agreement We will pay on behalf of the insured the "ultimate net loss" which the insured is le- gally obligated to pay as damages for "bodily injury", "personal and advertising injury" or "property damage" to which this insurance applies: a. Which is in excess of the "underlying insurance"; or b. Which is either excluded or not in- sured by "underlying insurance". 2. If any limit of insurance, such as a sublim- it, is specified in the "underlying insur- ance", this insurance does not apply to "bodily injury", "personal and advertising injury" or "property damage" arising out of that exposure unless that limit of insur- ance is specified in the Schedule of Un- derlying Insurance. 3. This insurance applies to "bodily injury", "personal and advertising injury" or "prop- erty damage" only if: a. The "bodily injury", "personal and ad- vertising injury" or "property damage" is caused by an 'occurrence" that takes place in the "coverage territo- ry"; and b. The "bodily injury" or "property dam- age" occurs during the policy period shown in the Declarations; or c. The "personal and advertising injury" results from an 'occurrence" that takes place during the policy period shown in the Declarations; and d. Prior to the "coverage term" no in- sured listed under Paragraph 1. of Section II - Who Is An Insured and no "employee" authorized by you to give or receive notice of an 'occurrence" or claim, knew that the "bodily injury" or "property damage" had occurred, in whole or in part, or that the "per- sonal and advertising injury" offense had been committed, in whole or in part. If such a listed insured or au- thorized "employee" knew, prior to the "coverage term", that the "bodily injury" or "property damage" oc- curred, or that the "personal and ad- vertising injury" offense had been committed, then any continuation, change or resumption of such "bodily injury", "personal and advertising inju- ry" or "property damage" during or af- ter the "coverage term" will be deemed to have been known prior to the policy period. 4. "Bodily injury" or "property damage" which occurs during the "coverage term" and was not, prior to the "coverage term", known to have occurred by any insured listed under Paragraph 1. of Section II - Who Is An Insured or any "employee" au- thorized by you to give or receive notice of an 'occurrence" or claim, includes any continuation, change or resumption of that "bodily injury" or "property damage" after the end of the "coverage term". 5. "Personal and advertising injury" caused by an offense which was committed dur- ing the "coverage term" and was not, prior to the "coverage term", known to have been committed by any insured listed un- der Paragraph 1. of Section II - Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occur- rence" or claim, includes any continuation, change or resumption of that "personal and advertising injury" offense after the end of the "coverage term". 6. "Bodily injury" or "property damage" will be deemed to have been known to have oc- curred, or a "personal and advertising in- jury" offense will be deemed to have been known to have been committed at the ear- liest time when any insured listed under Paragraph 1. of Section II - Who Is An In- sured or any "employee" authorized by you to give or receive notice of an "occur- rence" or claim: Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 3 of 23 a. Reports all, or any part, of the "bodily injury", "personal and advertising inju- ry" or "property damage" to us or any other insurer; b. Receives a written or verbal demand or claim for damages because of the "bodily injury", "personal and advertis- ing injury" or "property damage"; or c. Becomes aware by any other means that "bodily injury" or "property dam- age" had occurred or has begun to occur, or that the "personal and ad- vertising injury" offense had been committed or has begun to be com- mitted. 7. The amount we will pay for damages is limited as described in SECTION III - LIM- ITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered, unless expressly provided for under SECTION I - COVERAGE, C. Defense and Supplemen- tary Payments. B. Exclusions This insurance does not apply to: 1. Asbestos Any liability arising out of, attributable to or any way related to asbestos in any form or transmitted in any manner. 2. Breach of Contract, Failure to Perform, Wrong Description and Violation of Another's Rights "Personal and advertising injury": a. Arising out of breach of contract, ex- cept an implied contract to use an - other's advertising idea in your "ad- vertisement"; b. Arising out of the failure of goods, products or services to conform with any statement of quality or perfor- mance made in your "advertisement"; c. Arising out of the wrong description of the price of goods, products or services stated in your "advertise- ment"; or d. Caused by or at the direction of the insured with the knowledge that the act would violate the rights of another and would inflict "personal and adver- tising injury". 3. Contractual Liability assumption of liability in a contract or agreement. This exclusion does not apply to liability for "bodily injury", "personal and advertising injury" or "property damage": a. That the insured would have in the absence of the contract or agree- ment; or b. Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury", "personal and ad- vertising injury" or "property damage" occurs subsequent to the execution of the contract or agreement. 4. Damage to Impaired Property or Prop- erty Not Physically Injured "Property damage" to "impaired property" or property that has not been physically in- jured, arising out of: a. A defect, deficiency, inadequacy or dangerous condition in "your product" or "your work"; or b. A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "your product" or "your work" after it has been put to its intended use. 5. Damage to Property "Property damage" to: a. Property: (1) You own, rent, or occupy, includ- ing any costs or expenses in- curred by you, or any other per- son, organization or entity, for repair, replacement, enhance- ment, restoration or mainte- nance of such property for any reason, including prevention of injury to a person or damage to another's property; or (2) Owned or transported by the in- sured and arising out of the ownership, maintenance or use of an "auto". b. Premises you sell, give away or abandon, if the "property damage" arises out of any part of those prem- ises; c. Property loaned to you; Any liability for which the insured is obli- d. Personal property in the care, custo- gated to pay damages by reason of the dy or control of the insured; Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 4 of 23 6. 8. e. That particular part of real property on which you or any contractors or subcontractors working directly or in- directly on your behalf are performing operations, if the "property damage" arises out of those operations; or f. That particular part of any property that must be restored, repaired or re- placed because "your work" was in- correctly performed on it. Paragraph b. of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. Paragraphs a.(2), c., d., e. and f. of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraphs c. and d. of this exclusion do not apply to liability assumed under a writ- ten Trailer Interchange agreement. Paragraph f. of this exclusion does not apply to "property damage" included in the "products -completed operations hazard". Damage to Your Product "Property damage" to "your product" aris- ing out of it or any part of it. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products -completed operations haz- ard". This exclusion does not apply if the dam- aged work or the work out of which the damage arises was performed on your behalf by a subcontractor. Distribution or Recording of Material or Information in Violation of Law Any liability arising directly or indirectly out of any action or omission that violates or is alleged to violate: a. The Telephone Consumer Protection Act (TCPA), including any amend- ment of or addition to such law; b. The CAN-SPAM Act of 2003, includ- ing any amendment of or addition to such law; c. The Fair Credit Reporting Act (FCRA), and any amendment of or addition to such law, including the Fair and Accurate Credit Transaction Act (FACTA); or d. Any federal, state or local statute, or- dinance or regulation, other than the TCPA, CAN-SPAM Act of 2003 or FCRA and their amendments and additions, that addresses, prohibits or limits the printing, dissemination, dis- posal, collecting, recording, sending, transmitting, communicating or distri- bution of material or information. 9. Electronic Chatrooms or Bulletin Boards "Personal and advertising injury" arising out of an electronic chatroom or bulletin board the insured hosts, owns, or over which the insured exercises control. 10. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "elec- tronic data". However, this exclusion does not apply: (1) To liability for damages because of "bodily injury"; or (2) When such insurance is provided by valid and collectible "underlying in- surance" listed in the Schedule of Underlying Insurance, or would have been provided by such listed "under- lying insurance" except for the ex- haustion by payment of claims of its limits of insurance, and then only for such hazards for which coverage is provided by such "underlying insur- ance", unless otherwise excluded by this Coverage Part. 11. Employer's Liability Limitation Any liability arising from any injury to: a. An "employee" of the insured sus- tained in the "workplace"; b. An "employee" of the insured arising out of the performance of duties re- lated to the conduct of the insured's business; or c. The spouse, child, parent, brother or sister of that "employee" as a conse- quence of a. or b. above. This exclusion applies: a. Whether the insured may be liable as an employer or in any other capacity; and b. To any obligation to share damages with or repay someone else who must pay damages because of the in- jury. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 5 of 23 This exclusion does not apply when such insurance is provided by valid and collect- ible "underlying insurance" listed in the Schedule of Underlying Insurance, or would have been provided by such listed "underlying insurance" except for the ex- haustion by payment of claims of its limits of insurance, and then only for such haz- ards for which coverage is provided by such "underlying insurance", unless oth- erwise excluded by this Coverage Part. 12. Employment -Related Practices Any liability arising from any injury to: a. A person arising out of any: (1) Refusal to employ that person; (2) Termination of that person's em- ployment; or (3) Other employment -related prac- tices, policies, acts or omissions including but not limited to coer- cion, criticism, demotion, evalua- tion, failure to promote, reas- signment, discipline, defamation, harassment, humiliation, discrim- ination or malicious prosecution directed at that person; or b. The spouse, child, parent, brother or sister of that person as a conse- quence of any injury to that person at whom any of the employment -related practices described in Paragraphs 12.a.(1), (2), or (3) above is directed. This exclusion applies: a. Whether the injury -causing event de- scribed in Paragraphs 12.a.(1), (2), or (3) above occurs before employment, during employment or after employ- ment of that person; b. Whether the insured may be liable as an employer or in any other capacity; and To any obligation to share damages with or repay someone else who must pay damages because of the in- jury. 13. Expected or Intended Injury "Bodily injury" or "property damage" which may reasonably be expected to result from the intentional or criminal acts of the insured or which is in fact expected or in- tended by the insured, even if the injury or damage is of a different degree or type than actually intended or expected. However, this exclusion does not apply to: "Bodily injury" resulting from the use of reasonable force to protect per- sons or property; or b. "Bodily injury" or "property damage" resulting from the use of reasonable force to prevent or eliminate danger in the operation of "autos" or water- craft. 14. Falsity, Prior Publication, Criminal Act and Media and Internet Type Busi- nesses "Personal and advertising injury": a. Arising out of oral or written publica- tion in any manner of material, if done by or at the direction of the in- sured with knowledge of its falsity; b. Arising out of oral or written publica- tion in any manner of material whose first publication took place before the later of the following: (1) The inception of this Coverage Part; or (2) The "coverage term" in which in- surance coverage is sought; c. Arising out of a criminal act commit- ted by or at the direction of the in- sured; or d. Committed by an insured whose business is: (1) Advertising, broadcasting, pub- lishing or telecasting; (2) Designing or determining content of websites for others; or (3) An Internet search, access, con- tent or service provider. However, Paragraph d. does not ap- ply to Paragraphs 17.a., b., c., d. and I. of "personal and advertising injury" under SECTION V - DEFINITIONS. For the purposes of Paragraph d., the placing of frames, borders or links, or advertising, for you or others anywhere on the Internet, is not by it- self, considered the business of ad- vertising, broadcasting, publishing or telecasting. 15. Infringement of Copyright, Patent, Trademark or Trade Secret "Personal and advertising injury" arising out of the infringement of copyright, pa- tent, trademark, trade secret or other in- tellectual property rights. Under this ex- clusion, such other intellectual property Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 6 of 23 rights do not include the use of another's advertising idea in your "advertisement". However, this exclusion does not apply to infringement in your "advertisement", of copyright, trade dress or slogan. 16. Pollutant - Auto "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release, emis- sion or escape of "pollutants": (1) That are, or that are contained in any property that is: (a) Being transported or towed by, handled, or handled for movement into, onto or from, an "auto" that an in- sured owns, hires, borrows, rents, leases, or that is op- erated on their behalf in any other fashion; (b) Otherwise in the course of transit by or on behalf of the insured; or (c) Being stored, disposed of, treated or processed in or upon an "auto" that an in- sured owns, hires, borrows, rents, leases, or that is op- erated on their behalf in any other fashion; (2) Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accept- ed by the insured for movement into or onto an "auto" that an in- sured owns, hires, borrows, rents, leases, or that is operated on their behalf in any other fash- ion; or (3) After the "pollutants" or any property in which the "pollutants" are contained are moved from an "auto" that an insured owns, hires, borrows, rents, leases, or that is operated on their behalf in any other fashion to the place where they are finally delivered, disposed of or abandoned by the insured. electrical, hydraulic or mechanical functioning of an "auto" that an in- sured owns, hires, borrows, rents, leases, or that is operated on their behalf in any other fashion or its parts, if: (a) The "pollutants" escape, seep, migrate, or are discharged, dis- persed or released directly from an "auto" part designed by its manufacturer to hold, store, re- ceive or dispose of such "pollu- tants"; and (b) The "bodily injury" or "property damage" does not arise out of the operation of any equipment listed in Paragraphs f.(2) and (3) of the definition of "mobile equipment". However, this exception to Paragraph (1) does not apply if the fuels, lubri- cants, or other operating fluids, ex- haust gases or other similar "pollu- tants" are intentionally discharged, dispersed, emitted or released. Paragraphs (2) and (3) above do not apply to an "occurrence" that occurs away from premises owned by or rented to an insured with respect to "pollutants" not in or upon an "auto" that an insured owns, hires, borrows, rents, leases, or that is operated on their behalf in any other fashion if: (a) The "pollutants" or any property in which the "pollutants" are con- tained are upset, overturned or damaged as a result of the maintenance or use of an "auto" that an insured owns, hires, bor- rows, rents, leases, or that is op- erated on their behalf in any oth- er fashion; and (b) The discharge, dispersal, seep- age, migration, release, emis- sion or escape of the "pollutants" is caused directly by such upset, overturn or damage. b. Any liability caused by "pollutants" and arising from the operation, maintenance, use, "loading or un- loading" of an "auto", for which insur- ance coverage is excluded by "under- lying insurance". Paragraph (1) above does not apply to "bodily injury" or "property damage" 17. Pollutant - Other Than Auto arising from fuels, lubricants, or other a. "Bodily injury" or "property damage" operating fluids, exhaust gases or arising out of the actual, alleged or other similar "pollutants" that are threatened discharge, dispersal, needed for or result from the normal Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 7 of 23 seepage, migration, release, emis- sion or escape of "pollutants": (1) At or from any premises, site or location which is or was at any time owned or occupied by, or rented or loaned to, any insured. However, Paragraph a.(1) of this exclusion does not apply to the following if such liability is cov- ered by "underlying insurance" listed in the Schedule of Underly- ing Insurance, but only to the ex- tent insurance is provided at the "underlying limit" specified in the Schedule of Underlying Insur- ance for the "underlying insur- ance" listed and subject to all its terms, limitations and conditions: (a) "Bodily injury", if sustained within a building and caused by smoke, fumes, vapor or soot produced by or origi- nating from equipment that is used to heat, cool or de- humidify the building, or equipment that is used to heat water for personal use by the building's occupants or their guests; (b) "Bodily injury" or "property damage" for which you may be held liable, if you are a contractor, and the owner or lessee of such premises, site or location has been added to your "underlying insurance" as an additional insured with respect to your ongoing operations or "your work" performed for that additional insured at that premises, site or location and such premises, site or location is not and never was owned or occupied by, or rented or loaned to, any insured, other than that ad- ditional insured; or (c) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; (2) At or from any premises, site or location which is or was at any time used by or for any insured or others for the handling, stor- age, disposal, processing or treatment of waste; (3) Which are or were at any time transported, handled, stored, treated, disposed of, or pro- cessed as waste by or for any insured or any person or organi- zation for whom you may be le- gally responsible; (4) At or from any premises, site or location on which any insured or any contractors or subcontrac- tors working directly or indirectly on any insured's behalf are per- forming operations, if the "pollu- tants" are brought on or to the premises, site or location in con- nection with such operations by such insured, contractor or sub- contractor. However, Paragraph a.(4) of this exclusion does not apply to the following if such liability is cov- ered by "underlying insurance" listed in the Schedule of Underly- ing Insurance, but only to the ex- tent insurance is provided at the "underlying limit" specified in the Schedule of Underlying Insur- ance for the "underlying insur- ance" listed and subject to all its terms, limitations and conditions: (a) "Bodily injury" or "property damage" arising out of the escape of fuels, lubricants or other operating fluids which are needed to per- form the normal electrical, hydraulic or mechanical functions necessary for the operation of "mobile equip- ment" or its parts, if such fuels, lubricants or other op- erating fluids escape from a vehicle part designed to hold, store or receive them. This exception does not ap- ply if the "bodily injury" or "property damage" arises out of the intentional dis- charge, dispersal or release of the fuels, lubricants or other operating fluids, or if such fuels, lubricants or other operating fluids are brought on or to the premis- es, site or location with the intent that they be dis- charged, dispersed or re- leased as part of the opera- tions being performed by such insured, contractor or subcontractor; Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 8 of 23 (b) "Bodily injury" or "property d. Any liability caused by "pollutants", for damage" sustained within a which insurance coverage is exclud- building and caused by the ed by "underlying insurance". release of gases, fumes or vapors from materials 18. Recall of Products, Work or Impaired brought into that building in Property connection with operations Any liability or damages claimed for any being performed by you or loss, cost or expense incurred by you or on your behalf by a contrac- others for the loss of use, withdrawal, re - tor or subcontractor; or call, inspection, repair, replacement, ad- (c) "Bodily injury" or "property justment, removal or disposal of: damage" arising out of heat, a. "Your product"; smoke or fumes from a "hostile fire"; or b. "Your work"; or (5) At or from any premises, site or c. "Impaired Property"; location on which any insured or any contractors or subcontrac- if such product, work or property is with - tors working directly or indirectly drawn or recalled from the market or from on any insured's behalf are per- use by any person or organization be - forming operations, if the opera- cause of a known or suspected defect, tions are to test for, monitor, deficiency, inadequacy or dangerous con - clean up, remove, contain, treat, dition in it. detoxify or neutralize, or in any 19. Unauthorized Use of Another's Name way respond to or assess the ef- or Product fects of, "pollutants". "Personal and advertising injury" arising b. "Personal and advertising injury" aris- out of the unauthorized use of another's ing out of the actual, alleged or name or product in your e-mail address, threatened discharge, dispersal, domain name or metatag or any other seepage, migration, release, escape similar tactics to mislead another's poten- or emission of "pollutants" at any tial customers. time. 20. War c. Any loss, cost or expense arising out of any: Any liability, however caused, arising di- rectly or indirectly, out of: (1) Request, demand, order or stat- utory or regulatory requirement a. War, including undeclared or civil that any insured or others test war; for, monitor, clean up, remove, contain, treat, detoxify or neutral- b. Warlike action by a military force, in- ize, or in any way respond to, or cluding action in hindering or defend - assess the effects of, "pollu- ing against an actual or expected at- tants"; or tack by any government, sovereign or authority using military personnel or (2) Claim or suit by or on behalf of a other agents; or governmental authority for dam- ages because of testing for, c. Insurrection, rebellion, revolution, monitoring, cleaning up, remov- usurped power or action taken by ing, containing, treating, detoxify- governmental authority in hindering ing or neutralizing, or in any way or defending against any of these. responding to, or assessing the 21. Workers' Compensation effects of, "pollutants". Any liability or obligation of the insured However, this Paragraph c. does not under any workers' compensation, unem- apply to liability for damages because ployment compensation, disability benefits of "property damage" that the insured or similar law. However, this exclusion would have in the absence of such does not apply to liability of others as - request, demand, order or statutory sumed by you under an "insured contract" or regulatory requirement, or such in existence at the time of "occurrence". claim or "suit" by or on behalf of a governmental authority. C. Defense and Supplementary Payments 1. We will have the right and duty to defend the insured against any "suit" seeking Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 9 of 23 damages because of "bodily injury", "per- sonal and advertising injury" or "property damage" to which this insurance applies. We will have no duty to defend the in- sured against any "suit" seeking damages for "bodily injury", "personal and advertis- ing injury" or "property damage" to which this insurance does not apply. We may, at our discretion, investigate any "occur- rence" and settle any claim or "suit" that may result when: a. The applicable limits of the "underly- ing insurance" and any other insur- ance have been exhausted by pay- ment of claims; or b. Damages are sought for "bodily inju- ry", "personal and advertising injury" or "property damage" which are not covered by "underlying insurance" or other insurance. 2. Our right and duty to defend ends when the applicable Limit of Insurance, as stat- ed in the Declarations, has been exhaust- ed by payment of claims. 3. We have no duty to investigate, settle or defend any claim or "suit" other than those circumstances described in Para- graph CA. However, we do have the right to participate in the investigation, settle- ment or defense of any claim or "suit" to which this insurance applies. If we exer- cise this right, we will do so at our ex- pense. 4. If there is no underlying insurer or other insurance obligated to do so, we will pay the following when we provide a defense: a. All expenses we incur. b. The cost of bail bonds up to $3,000 (including bonds for related traffic law violations) required because of an "occurrence" we cover. We do not have to furnish these bonds. c. The cost of bonds to appeal a judg- ment or award in any claim or "suit" we defend and the cost of bonds to release attachments, but only for bond amounts within the applicable Limits of Insurance. We do not have to furnish these bonds. fees or attorneys' expenses taxed against the insured. 5. If there is no underlying insurer obligated to do so, we will pay the following for an "occurrence" to which this insurance ap- plies, even if we have no duty to provide a defense: a. Prejudgment interest awarded against the insured on that part of the judgment we become obligated to pay and which falls within the appli- cable Limit of Insurance. If we make an offer to pay the applicable Limits of Insurance, we will not pay any pre- judgment interest based on the peri- od of time after the offer. b. All interest awarded against the in- sured on the full amount of any judgment that accrues: (1) After entry of the judgment; and (2) Before we have paid, offered to pay or deposited in court the part of the judgment that is within the applicable Limit of Insurance. 6. The payments described in Paragraphs 4. and 5. above will not reduce the Limits of Insurance provided by this Coverage Part when defense or supplementary pay- ments provided by the "underlying insur- ance" do not reduce their Limits of Insur- ance. However, when defense or supple- mentary payments provided by the "un- derlying insurance" reduce their Limits of Insurance then such expense payments paid by us will reduce the Limits of Insur- ance provided by this Coverage Part. 7. If we are prevented by law or otherwise from carrying out any of the provisions of SECTION I - COVERAGE, C. Defense and Supplementary Payments, we will pay any expense incurred with our written consent. SECTION II - WHO IS AN INSURED 1. Except for liability arising out of the ownership, maintenance, occupancy or use of an "auto": a. If you are designated in the Declarations as: (1) An individual, you and your spouse d. Reasonable expenses incurred by are insureds, but only with respect to the insured at our request to assist us the conduct of a business of which in the investigation or defense of the you are the sole owner. claim or "suit", including the actual loss of earnings. (2) A partnership orjoint venture, you are an insured. Your members, partners e. All court costs taxed against the in- and their spouses are also insureds, sured in the "suit". However, these but only with respect to the conduct payments do not include attorneys' of your business. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 10 of 23 (3) A limited liability company, you are an insured. Your members are also in- sureds, but only with respect to the conduct of your business. Your man- agers are insureds, but only with re- spect to their duties as your manag- ers. (4) An organization other than a partner- ship, joint venture, or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or direc- tors. Your stockholders are also in- sureds, but only with respect to their liability as stockholders. Each of the following is also a Named Insured: (a) Any "subsidiary" company of such organization, including any "subsidiary" of such "subsidiary": 1) Existing at the inception of this Coverage Part; or 2) Formed or acquired on or after the inception of this Coverage Part. (b) Any other company controlled and actively managed by such organization or any "subsidiary" thereof: 1) At the inception of this Cov- erage Part; or 2) If the control and active management thereof is ac- quired on or after the incep- tion of this Coverage Part. (5) A trust, you are an insured. Your trus- tees are also insureds, but only with respect to their duties as trustees. b. Each of the following is also an insured: (1) Any "employee" of yours while acting within the scope of their duties as such. (2) Any person or organization while act- ing as your real estate manager. (3) Any person or organization having proper temporary custody of your property if you die, but only: (a) With respect to liability arising out of the maintenance or use of that property; and (b) Until your legal representative has been appointed. (4) Your legal representative if you die, but only with respect to duties as such. 2. Only with respect to liability arising out of the ownership, maintenance, occupancy or use of an "auto": a. You are an insured. b. Anyone else while using with your permis- sion an "auto" you own, hire or borrow is also an insured except: (1) The owner or any other person or or- ganization (except your "executive of- ficers" or principals) from whom you hire or borrow an "auto", unless such persons or organizations are in- sureds in your "underlying insurance" listed in the Schedule of Underlying Insurance, and then only for such hazards for which coverage is pro- vided by such "underlying insurance". This exception does not apply if the "auto" is a trailer or semi -trailer con- nected to an "auto" you own. (2) Your "employee", if the "auto" is owned by that "employee" or a mem- ber of his or her household, unless: (a) Such "employee" is an insured with respect to that "auto" in the "underlying insurance" listed in the Schedule of Underlying In- surance, and then only for such hazards for which coverage is provided by such "underlying in- surance"; or (b) The "bodily injury" or "property damage" is sustained by a co - "employee" of such "employee". (3) Someone using an "auto" while he or she is working in a business of sell- ing, servicing, repairing, parking or storing "autos", unless that business is yours. (4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees", while mov- ing property to or from an "auto". c. Anyone liable for the conduct of an in- sured described in Paragraphs 2.a. and b. above is also an insured, but only if they are provided insurance coverage for such liability by valid and collectible "underlying insurance" listed in the Schedule of Un- derlying Insurance and then only for such hazards for which coverage is provided by such "underlying insurance". Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 11 of 23 At your option and subject to the terms and conditions of this insurance, any other person or organization not addressed by Paragraphs 1. and 2. above, but covered in the "underlying insurance" listed in the Schedule of Underlying Insurance are also insureds, but only to the ex- tent that insurance is provided for such person or organization by the "underlying insurance". No person or organization is an insured with re- spect to the conduct of any current or past partner- ship, joint venture, or limited liability company that is not shown as a Named Insured in the Declara- tions. SECTION III - LIMITS OF INSURANCE The Limits of Insurance shown in the Declara- tions and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made, "suits" brought or number of vehicles involved or insured; or Persons or organizations making claims or bringing "suits". 2. The Aggregate Limit is the most we will pay for all damages: a. Included in the "products -completed op- erations hazard"; b. Because of "bodily injury" by disease sus- tained by your "employees" arising out of and in the course of their employment by you; or Because of "bodily injury", "personal and advertising injury" or "property damage" not included within a. or b. above. How- ever, this Aggregate Limit will not apply to damages which are not subject to an Ag- gregate Limit in the "underlying insur- ance". The Aggregate Limit applies separately to a., b. and c. The Aggregate Limit described in c. will apply only to damages not subject to a. or b. above. 3. Subject to the Limit of Insurance described in 2.c. above: a. Only in the event that "underlying insur- ance" specifically listed in the Schedule of Underlying Insurance provides an annual Aggregate Limit of Insurance for damages that would not be subject to 2.a. or b. above that is applicable separately to each: (1) Location owned by, or rented or leased to you solely with respect to damages which are the result of a claim or "suit" for "bodily injury" or "property damage" which can be at- tributed to operations at only a single location, then the Aggregate Limit described in 2.c. above applies sepa- rately to each location owned by, or rented or leased to you. (2) Of your construction projects solely with respect to damages which are the result of a claim or "suit" for "bodi- ly injury" or "property damage" which can be attributed only to ongoing op- erations and only at a single con- struction project, then the Aggregate Limit described in 2.c. above applies separately to each of your construc- tion projects. b. Only with respect to the application of Limits of Insurance described in 3.a. above, the following terms location and construction project will have the following meanings: (1) Location means premises involving the same or connecting lots, or prem- ises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. (2) Construction project means a loca- tion you do not own, rent or lease where ongoing improvements, altera- tions, installation, demolition or maintenance work is performed by you or on your behalf. All connected ongoing improvements, alterations, installation, demolition or mainte- nance work performed by you or on your behalf at the same location for the same persons or entities, no mat- ter how often or under how many dif- ferent contracts, will be deemed to be a single construction project. 4. Subject to the limits described in 2. and 3. above, the Each Occurrence Limit is the most we will pay for the "ultimate net loss": a. In excess of the applicable limits of "un- derlying insurance"; or b. If an "occurrence" is not covered by "un- derlying insurance", but covered by the terms and conditions of this Coverage Part, for all "bodily injury", "personal and advertising injury" and "property damage" arising out of any one "occurrence". We will not pay more than the Limit of Insur- ance shown in this Coverage Part's Declara- tions for each "occurrence" because any Per- sonal Umbrella Liability Policy(ies) is/are at- tached to this policy. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 12 of 23 5. Subject to, and included within, the Limit of (1) The earned premium is less than the Insurance described in 4. above, we will not deposit premium, we will return the pay more than the limit of insurance required excess to the first Named Insured; or for the layer of insurance provided by this Coverage Part on behalf of: (2) The earned premium is greater than the deposit premium, the difference a. An additional insured, as set forth in will be due and payable to us by the SECTION II - WHO IS AN INSURED, first Named Insured upon notice from Paragraph 3; or us. The due date for audit and retro- spective premiums is the date shown b. A party you have agreed to indemnify in as the due date on the bill. an "insured contract". However, in no event will the earned pre- 6. Subject to the limits described in 2., 3., 4. and mium be less than the Minimum Premium 5. above and to the terms and conditions of stated in the Premium Computation En - the "underlying insurance": dorsement. a. If the limits of "underlying insurance" have b. The first Named Insured must keep rec- been reduced by payment of claims, this ords of the information we need for pre - Coverage Part will continue in force as mium computation and send us copies at excess of the reduced "underlying insur- such times as we may request. ance"; or 3. Bankruptcy b. If the limits of "underlying insurance" have been exhausted by payment of claims, Bankruptcy or insolvency of the insured or the this Coverage Part will continue in force insured's estate shall not relieve us of any ob- as "underlying insurance". ligations under this Coverage Part. 7. The Limits of Insurance of this Coverage Part 4. Duties in the Event of Occurrence, Claim or apply separately to each "coverage term". Suit SECTION IV- CONDITIONS a. You must see to it that we are notified as soon as practicable of an "occurrence" 1. Appeals which may result in a claim or "suit". To If the insured or any insurer who provides the the extent possible, notice should include: applicable "underlying insurance" elects not to (1) How, when and where the "occur - appeal a judgment which exceeds the "under- rence" took place; lying limit", we may elect to do so at our own expense. We shall be liable for the taxable (2) The names and addresses of any in - costs and disbursements and interest inci- jured persons and witnesses; and dental thereto, but in no event shall this provi- sion increase our liability beyond: (3) The nature and location of any injury or damage arising out of the "occur - a. Our applicable Limits of Insurance for all rence". "ultimate net loss"; This requirement applies only when the b. Our applicable Defense and Supplemen- "occurrence" is known to an "authorized tary Payments as described in SECTION I representative". - COVERAGE, C. Defense and Supple- mentary Payments; and b. If a claim is made or "suit" is brought against any insured you must: c. The expense of such appeal. (1) Immediately record the specifics of 2. Audit the claim or "suit" and the date re - ceived; and If this Coverage Part is subject to Audit, as in- dicated in the Declarations, then the following (2) Notify us as soon as practicable. Condition applies: You must see to it that we receive written a. The premium shown in the Premium notice of the claim or "suit" as soon as Computation Endorsement as Advance practicable. Premium is a deposit premium. At the close of each audit period, we will com- This requirement will not be considered pute the earned premium for that period. breached unless the breach occurs after If: such claim or "suit" is known to an "au- thorized representative". Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 13 of 23 c. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or le- gal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any ex- pense, other than for first aid, without our consent. 5. First Named Insured The person or organization first named in the Declarations will act on behalf of all other in- sureds where indicated in this Coverage Part. 6. Legal Action Against Us and Loss Pay- ments a. No legal action may be brought against us unless there has been full compliance with all the terms of this Coverage Part nor until the amount of the insured's obli- gation to pay has been finally determined as provided below. No person or organi- zation has any right under this Coverage Part to bring us into any action to deter- mine the liability of the insured. b. We shall be liable for payment of the "ul- timate net loss" for any "occurrence" to which this Coverage Part applies: (1) For "occurrences" not covered by "underlying insurance"; or (2) In excess of the "underlying limit" ap- plicable to the "occurrence" only after the insurers who provide the applica- ble "underlying insurance" have paid or become obligated to pay the amount of the "underlying limit" appli- cable to the "occurrence". Our payment will be made following final determination of the amount of the in- sured's obligation to pay either by final judgment against the insured or by written agreement with the insured, the claimant, the underlying insurers and us. 7. Liberalization If, within 60 days prior to the beginning of this Coverage Part or during the policy period, we make any changes to any forms or endorse- ments of this Coverage Part for which there is currently no separate premium charge, and that change provides more coverage than this Coverage Part, the change will automatically apply to this Coverage Part at the latter of: a. The date we implemented the change in your state; or b. The date this Coverage Part became ef- fective; and will be considered as included until the end of the current policy period. We will make no ad- ditional premium charge for this additional coverage during the interim. 8. Maintenance of Underlying Insurance a. While this Coverage Part is in effect, the insured shall maintain in force the "under- lying insurance" listed in the Schedule of Underlying Insurance as collectible insur- ance. The terms, conditions and en- dorsements of "underlying insurance" will not materially change and renewals or re- placements of "underlying insurance" will not be more restrictive in coverage. b. Limits of "underlying insurance" will not be reduced, except for any reduction or ex- haustion in the aggregate limits of insur- ance due to payment of claims which are in accordance with SECTION I - COVER- AGE, A. Insuring Agreement, Paragraph 2. of this Coverage Part. c. In the event you fail or neglect to maintain "underlying insurance" as required, this Coverage Part will apply as though such "underlying insurance" was in force and collectible at the time a claim is presented to us which is in accordance with SEC- TION I - COVERAGE, A. Insuring Agreement, Paragraph 2. of this Cover- age Part. d. The limits of "underlying insurance" shall be deemed applicable, regardless of any defense which the insurer who provides the "underlying insurance" may assert be- cause of the insured's failure to comply with any Condition of the policy or the ina- bility of the insurer to pay by reason of bankruptcy or insolvency. e. You must notify us in writing as soon as practicable when any "underlying insur- ance" is no longer in effect or the limits or scope of coverage of any "underlying in- surance" is changed. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 14 of 23 9. Other Insurance Based on our reliance upon your repre- sentations as to existing hazards, if unin- a. This insurance is excess over, and shall tentionally you should fail to disclose all not contribute with any other insurance, such hazards at the inception date of this whether primary, excess, contingent or on Coverage Part, we will not reject coverage any other basis. This condition will not ap- under this Coverage Part based solely on ply to insurance specifically written as ex- such failure. cess over this Coverage Part. 12. Separation of Insureds When this insurance is excess, we will have no duty to defend the insured Except with respect to the Limits of Insurance, against any "suit' if any other insurer has and any rights or duties specifically assigned a duty to defend the insured against that in this Coverage Part to the first Named In - "suit". If no other insurer defends and sured, this insurance applies: coverage is otherwise applicable, we will have the right, but not the duty to under- a. As if each Named Insured were the only take to do so, provided that whomever we Named Insured; and agree to defend and the Named Insured b. Separately to each insured against whom assign their rights to us under the policies claim is made or "suit' is brought. of the insurers who did not defend. Such assignment must be in writing. 13. Transfer of Rights of Recovery Against Others to Us b. When this insurance is excess over other insurance, we will pay only our share of a. If the insured has rights to recover all or the "ultimate net loss" that exceeds the part of any payment we have made under sum of: this Coverage Part, those rights are trans- ferred to us. The insured must do nothing (1) The total amount that all such other after loss to impair them. At our request, insurance would pay for the loss in the insured will bring "suit' or transfer the absence of this insurance; and those rights to us and help us enforce (2) The total of all deductible and self- them. insured amounts under all that other b. Any recoveries shall be applied as follows: insurance. (1) First, we will reimburse anyone, in- 10. Premium cluding the insured, the amounts ac- The premium for this Coverage Part shall be tually paid by them that were in ex - as stated in the Declarations. The advance cess of our payments; and anniversary premiums are not subject to (2) Next, we will be reimbursed to the ex - adjustment, except as stated in the Declara- tent of our actual payment; and tions, or as stated in an endorsement issued by us to form a part of this Coverage Part. (3) Lastly, any amounts left after meeting the obligations outlined in (1) and (2) You shall maintain records of such information above will be distributed to anyone as is necessary for premium computation, and else known to us at the time a recov- shall, if requested by us, send copies of such ery is made and who is legally enti- records to us at the end of the "coverage term" tled to such recovery. and at such times during the policy period as we may direct. Expenses incurred in the recovery shall be apportioned among all interests in the 11. Representations ratio of their respective recoveries as fi- a. By acceptance of this Coverage Part, you nally settled. If there is no recovery as a agree that the statements in the Declara- result of our attempts, we shall bear all of tions are your agreements and represen- the recovery expenses. tations, that this Coverage Part is issued c. If prior to an 'occurrence" to which this in reliance upon the truth of such repre- Part would Coverage apply, g pp Y; you and the sentations and that this Coverage Part g issuer of your applicable underlying in - embodies all agreements existing be- surance" listed specifically in the Sched- tween you and us or any of our agents re- ule of Underlying Insurance waive any lating to this insurance. right of recovery against a person or or- b. However, to the extent that the following ganization for injury or damage, we will al - applies in the "underlying insurance" listed so waive any rights we may have against specifically in the Schedule of Underlying such person or organization. Insurance, it will also apply to this Cover- age Part: Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 15 of 23 14. When We Do Not Renew 3. "Auto" means: If we decide not to renew this Coverage Part, we will mail or deliver to the first Named In- sured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be suf- ficient proof of notice. SECTION V - DEFINITIONS "Advertisement" means a notice that is broad- cast or published to the general public or spe- cific market segments about your goods, products or services for the purpose of attract- ing customers or supporters. "Advertisement' includes a publicity article. For the purposes of this definition: a. Notices that are published include materi- al placed on the Internet or on similar electronic means of communication; and b. Regarding websites, only that part of a website that is about your goods, products or services for the purposes of attracting customers or supporters is considered an "advertisement". 2. "Authorized representative" means: a. If you are: (1) An individual, you and your spouse are "authorized representatives". (2) A partnership or joint venture, your members, your partners, and their spouses are "authorized representa- tives". (3) A limited liability company, your members and your managers are "authorized representatives". (4) An organization other than a partner- ship, joint venture or limited liability company, your "executive officers" and directors are "authorized repre- sentatives". Provided you are not a publicly traded organization, your stockholders are also "authorized representatives". (5) A trust, your trustees are "authorized representatives". b. Your "employees" assigned to manage your insurance program, or assigned to give or receive notice of an 'occurrence", claim or "suit' are also "authorized repre- sentatives". Any land motor vehicle, trailer or semi- trailer designed for travel on public roads; or b. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. "Auto" does not include "mobile equipment". 4. "Bodily injury" means bodily harm or injury, sickness, disease, disability, humiliation, shock, fright, mental anguish or mental injury, including care, loss of services or death result- ing from any of these at any time. 5. "Coverage term" means the following individu- al increment, or if a multi -year policy period, increments, of time, which comprise the policy period of this Coverage Part: The year commencing on the Effective Date of this Coverage Part at 12:01 AM standard time at your mailing address shown in the Declarations, and if a multi- year policy period, each consecutive an- nual period thereafter, or portion thereof if any period is for a period of less than 12 months, constitute individual "coverage terms". The last "coverage term" ends at 12:00 AM standard time at your mailing address shown in the Declarations on the earlier of: (1) The day the policy period shown in the Declarations ends; or (2) The day the policy to which this Cov- erage Part is attached is terminated or cancelled. b. However, if after the issuance of this Cov- erage Part, any "coverage term" is ex- tended for an additional period of less than 12 months, that additional period of time will be deemed to be part of the last preceding "coverage term". 6. "Coverage territory" means anywhere. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically con- trolled equipment. 8. "Employee" includes a "leased worker". "Em- ployee" does not include a "temporary worker". Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 16 of 23 "Executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any similar governing document. 10. "Hostile fire" means one that becomes uncon- trollable or breaks out from where it was in- tended to be. 11. "Impaired property" means tangible property, other than "your product" or "your work", that cannot be used or is less useful because: a. It incorporates "your product" or "your work" that is known or thought to be de- fective, deficient, inadequate or danger- ous; or b. You have failed to fulfill the terms of a contract or agreement, if such property can be restored to use by: The repair, replacement, adjustment or removal of "your product" or "your work"; or b. Your fulfilling the terms of the contract or agreement. 12. "Insured contract" means: A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "property dam- age" by fire or explosion to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement, ex- cept in connection with construction or demolition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in con- nection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agree- ment pertaining to your business, other than a contract or agreement pertaining to the rental or lease of any "auto", (including an indemnification of a municipality in connection with work performed for a mu- nicipality) under which you assume the tort liability of another party to pay for "bodily injury", "property damage" or "per- sonal and advertising injury" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement; or g. That part of any contract or agreement entered into, as part of your business, pertaining to the rental or lease, by you or any of your "employees", of any "auto". However, such contract or agreement shall not be considered an "insured con- tract" to the extent that it obligates you or any of your "employees" to pay for "prop- erty damage" to any "auto" rented or leased by you or any of your "employees". Paragraphs f. and g. do not include that part of any contract or agreement: (1) That indemnifies a railroad for "bodily inju- ry", "property damage" or "personal and advertising injury" arising out of construc- tion or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road- beds, tunnel, underpass or crossing. However, if such liability is insured by val- id and collectible "underlying insurance" as listed in the Schedule of Underlying In- surance, this Paragraph (1) shall not ap- ply for such hazards for which insurance coverage is afforded by such "underlying insurance"; (2) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to pre- pare or approve maps, shop draw- ings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the pri- mary cause of the injury or damage; (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for injury or damage arising out of the in- sured's rendering or failure to render pro- fessional services, including those listed in Paragraph (2) above and supervisory, inspection, architectural or engineering activities; (4) That indemnifies an advertising, public re- lations or media consulting firm for "per- sonal and advertising injury" arising out of the planning, execution or failure to exe- cute marketing communications pro- grams. Marketing communications pro- grams include but are not limited to com- prehensive marketing campaigns; con- sumer, trade and corporate advertising for all media; media planning, buying, moni- toring and analysis; direct mail; promotion; sales materials; design; presentations; point -of -sale materials; market research; Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 17 of 23 public relations and new product devel- opment; (5) Under which the insured, if an advertising, public relations or media consulting firm, assumes liability for "personal and adver- tising injury" arising out of the insured's rendering or failure to render professional services, including those services listed in Paragraph (4), above; (6) That indemnifies a website designer or content provider, or Internet search, ac- cess, content or service provider for injury or damage arising out of the planning, ex- ecution or failure to execute Internet ser- vices. Internet Services include but are not limited to design, production, distribu- tion, maintenance and administration of websites and web -banners; hosting web - sites; registering domain names; register- ing with search engines; marketing analy- sis; and providing access to the Internet or other similar networks; (7) Under which the insured, if a website de- signer or content provider, or Internet search, access, content or service provid- er, assumes liability for injury or damage arising out of the insured's rendering or failure to render Internet services, includ- ing those listed in Paragraph (6), above; (8) That pertains to the loan, lease or rental of an "auto" to you or any of your "em- ployees", if the "auto" is loaned, leased or rented with a driver; or (9) That holds a person or organization en- gaged in the business of transporting property by "auto" for hire harmless for your use of an "auto" over a route or terri- tory that person or organization is author- ized to serve by public authority. 13. "Leased worker" means a person leased to you by a labor leasing firm under an agree- ment between you and the labor leasing firm to perform duties related to the conduct of your business. "Leased worker" includes supervi- sors furnished to you by the labor leasing firm. "Leased worker" does not include a "tempo- rary worker". 14. "Loading or unloading" means the handling of property: a. After it is moved from the place where it is accepted for movement into or onto an aircraft, watercraft or "auto"; but "loading or unloading" does not include the movement of property by means of a mechan- ical device, other than a hand truck, that is not attached to the aircraft, watercraft or "auto". 15. "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, dig- gers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in Paragraph a., b., c. or d. above that are not self- propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and genera- tors, including spraying, welding, building cleaning, geophysical explo- ration, lighting and well -servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; Vehicles not described in Paragraph a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not con- struction or resurfacing; or (c) Street cleaning; b. While it is in or on an aircraft, watercraft (2) Cherry pickers and similar devices or "auto"; or mounted on automobile or truck chassis and used to raise or lower c. While it is being moved from an aircraft, workers; and watercraft or "auto" to the place where it is (3) Air compressors, pumps and genera - finally delivered; tors, including spraying, welding, Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 18 of 23 building cleaning, geophysical explo- ration, lighting and well servicing equipment. However, "mobile equipment" does not include any land vehicle that is subject to a compulso- ry or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Any land vehicle subject to a compulsory or financial responsibility law or other motor vehicle insurance law is consid- ered an "auto". 16. "Occurrence" means: a. An accident, including continuous or re- peated exposure to substantially the same general harmful conditions, that results in "bodily injury" or "property damage"; or b. An offense that results in "personal and advertising injury". All damages arising from the same accident, continuous or repeated exposure to substan- tially the same general harmful conditions, act or offense shall be deemed to arise from one "occurrence" regardless of: (1) The frequency of repetition; (2) The number or kind of media used; or (3) The number of claimants. 17. "Personal and advertising injury" means injury, including "bodily injury", arising out of one or more of the following offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution; c. Abuse of process; d. The wrongful eviction from, wrongful entry into, or invasion of the right of private oc- cupancy of a room, dwelling or premises that a person occupies, committed by or on behalf of its owner, landlord or lessor; e. Defamation of character, including oral or written publication, in any manner, of ma- terial that slanders or libels a person or organization or disparages a person's or organization's goods, products or ser- vices; f. Oral or written publication, in any manner, of material that violates a person's right of privacy; g. The use of another's advertising idea in your "advertisement"; I. Discrimination, unless insurance cover- age therefor is prohibited by law or stat- ute. 18. "Pollutants" mean any solid, liquid, gaseous, or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals, petroleum, petroleum products and petroleum by-products, and waste. Waste in- cludes materials to be recycled, reconditioned or reclaimed. "Pollutants" include, but are not limited to, substances which are generally rec- ognized in industry or government to be harm- ful or toxic to persons, property or the envi- ronment regardless of whether the injury or damage is caused directly or indirectly by the "pollutants" and whether: a. The insured is regularly or otherwise en- gaged in activities which taint or degrade the environment; or b. The insured uses, generates or produces the "pollutant". 19. "Products -completed operations hazard": a. Includes all "bodily injury" and "property damage" occurring away from premises you own or rent and arising out of "your product" or "your work" except: (1) Products that are still in your physical possession; or (2) Work that has not yet been complet- ed or abandoned. However, "your work" will be deemed completed at the earliest of the following times: (a) When all of the work called for in your contract has been complet- ed. (b) When all of the work to be done at the site has been completed, if your contract calls for work at more than one site. (c) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service, mainte- nance, correction, repair or replace- ment, but which is otherwise com- plete, will be treated as completed. b. Does not include "bodily injury" or "proper- ty damage" arising out of: in upon another's copyright, trade (1) The transportation of property, unless h. Infringing g pthe injury or damage arises out of a dress or slogan in your "advertisement"; condition in or on a vehicle not owned or or operated by you, and that condition Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 19 of 23 was created by the "loading or un- loading" of that vehicle by any in- sured; or (2) The existence of tools, uninstalled equipment or abandoned or unused materials. 20. "Property damage" means: a. Physical injury to or destruction of tangible property including all resulting loss of use. All such loss of use shall be deemed to occur at the time of the physical injury or destruction that caused it; or b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this insurance, "electronic data" is not tangible property. 21. "Subsidiary" means any organization in which more than 50% of the outstanding securities or voting rights representing the present right to vote for election of directors is owned or con- trolled, directly or indirectly, in any combina- tion, by one or more of the Named Insureds. 22. "Suit" means a civil proceeding in which mon- ey damages because of "bodily injury", "per- sonal and advertising injury" or "property dam- age" to which this insurance applies are al- leged. "Suit" includes: a. An arbitration proceeding in which such money damages are claimed and to which the insured must submit or does submit with our consent; b. Any other alternative dispute resolution proceeding in which such money damag- es are claimed and to which the insured submits with our consent; or c. An appeal of a civil proceeding. 23. "Temporary worker" means a person who is furnished to you to: a. Substitute for a permanent "employee" on leave; or b. Meet seasonal or short-term workload conditions. 24. "Ultimate net loss" means the sum actually paid or payable in the settlement or satisfac- tion of the insured's legal obligation for dam- ages, covered by this insurance, either by ad- judication or compromise. "Ultimate net loss" does not include Defense and Supplementary Payments as described in SECTION I - COV- ERAGE, C. Defense and Supplementary Payments of this Coverage Part. 25. "Underlying insurance" means the insurance listed in the Schedule of Underlying Insurance and the insurance available to the insured un- der all other insurance policies applicable to the "occurrence". "Underlying insurance" also includes any type of self-insurance or alterna- tive method by which the insured arranges for funding of legal liabilities that affords coverage that this Coverage Part covers. 26. "Underlying limit" means the total of the appli- cable limits of all "underlying insurance" less the amount, if any, by which the applicable lim- it of the applicable policy listed in the Schedule of Underlying Insurance has been reduced solely by payment of loss resulting from claims which are in accordance with SECTION I - COVERAGE, A. Insuring Agreement, Para- graph 2. of this Coverage Part. 27. "Workplace" means that place and during such hours to which the "employee" sustaining injury was assigned by you, or any other per- son or entity acting on your behalf, to work on the date of "occurrence". 28. "Your product": a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have ac- quired; and (2) Containers (other than vehicles), ma- terials, parts or equipment furnished in connection with such goods or products. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of your product; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. 29. "Your work": a. Means: (1) Work or operations performed by you or on your behalf; and Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 20 of 23 (2) Materials, parts or equipment fur- nished in connection with such work or operations. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of 'your work"; and (2) The providing of or failure to provide warnings or instructions. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 21 of 23 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART A. SECTION I - COVERAGE, B. Exclusions is modified to add the following: This insurance does not apply to: 1. Any liability: a. With respect to which an insured un- der this Coverage Part is also an in- sured under a nuclear energy liability policy issued by Nuclear Energy Lia- bility Insurance Association, Mutual Atomic Energy Liability Underwriters or Nuclear Insurance Association of Canada, or any of their successors, or would be an insured under any such policy but for its termination up- on exhaustion of its limit of liability; or b. Resulting from the "hazardous prop- erties" of "nuclear material" and with respect to which (1) any person or organization is required to maintain financial protection pursuant to the Atomic Energy Act of 1954, or any law amendatory thereof, or (2) the in- sured is, or had this Coverage Part not been issued would be, entitled to indemnity from the United States of America, or any agency thereof, un- der any agreement entered into by the United States of America, or any agency thereof, with any person or organization. 2. Any liability resulting from the "hazardous properties" of "nuclear material", if a. The "nuclear material' (1) is at any "nuclear facility" owned by, or operat- ed by or on behalf of, an insured or (2) has been discharged or dispersed therefrom; b. The "nuclear material" is contained in "spent fuel" or "waste" at any time possessed, handled, used, pro- cessed, stored, transported or dis- posed of by or on behalf of an in- sured; or c. The injury or damage arises out of the furnishing by an insured of ser- vices, materials, parts or equipment in connection with the planning, con- struction, maintenance, operation or use of any "nuclear facility", but if such facility is located within the United States of America, its territo- ries or possessions or Canada, this Exclusion c. applies only to "property damage" to such "nuclear facility" and any property thereat. B. SECTION V - DEFINITIONS is hereby modi- fied to add the following definitions: 1. "Hazardous properties" include radioac- tive, toxic or explosive properties; 2. "Nuclear material" means "source materi- al", "special nuclear material" or "by- product material"; 3. "Source material", "special nuclear mate- rial" and "by-product material" have the meanings given them in the Atomic Ener- gy Act of 1954 or in any law amendatory thereof; 4. "Spent fuel" means any fuel element or fuel component, solid or liquid, which has been used or exposed to radiation in a "nuclear reactor"; "Waste" means any waste material (a) containing "by-product material' other than the tailings or wastes produced by the extraction or concentration of uranium or thorium from any ore processed pri- marily for its "source material" content, and (b) resulting from the operation by any person or organization of any "nuclear facility" included under the first two para- graphs of the definition of "nuclear facili- ty" 6. "Nuclear facility" means: a. Any "nuclear reactor"; b. Any equipment or device designed or used for (1) separating the isotopes of uranium or plutonium, (2) pro- cessing or utilizing "spent fuel", (3) or handling, processing or packaging "waste"; c. Any equipment or device used for the processing, fabricating or alloying of "special nuclear materials", if at any time the total amount of such materi- al in the custody of the insured at the premises where such equipment or device is located consists of or con- tains more than 25 grams of plutoni- um or uranium 233 or any combina- tion thereof, or more than 250 grams of uranium 235; Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 22 of 23 d. Any structure, basin, excavation, premises or place prepared or used for the storage or disposal of "waste"; and includes the site on which any of the foregoing is located, all operations con- ducted on such site and all premises used for such operations; 7. "Nuclear reactor" means any apparatus designed or used to sustain nuclear fis- sion in a self-supporting chain reaction or to contain a critical mass of fissionable material; 8. "Property damage" includes all forms of radioactive contamination of property. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 23 of 23 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC PRIMARY AND NON-CONTRIBUTORY COVERAGE ENDORSEMENT - WHERE REQUIRED BY WRITTEN CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART SCHEDULE LIMITS OF INSURANCE: $ 5,000,000 Each Occurrence Limit $ 5,000,000 Aggregate Limit COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM, US 101 and US 101 UM, is amended as follows: A. SECTION III - LIMITS OF INSURANCE is It is agreed that this condition does not amended to add the following: apply to the "non-contributory additional 7. For the purposes of this endorsement on- insured's" own insurance program on which they are a named insured. ly, the Limits of Insurance stated in the Schedule of this endorsement and de- However: scribed below will apply on a "primary and non-contributory basis within the parame- a This exception to the Other Insurance ters set forth in SECTION III - LIMITS OF Condition shall only apply if the appli- INSURANCE of the Coverage Part to cable "underlying insurance" applies which this endorsement is attached: on a "primary and non-contributory basis" for such "non-contributory ad - We will not pay more on behalf of a "non- ditional insured" and only to the ex - contributory additional insured" than the tent of the specific limits of insurance lesser of: required in a written contract or a. The Limits of Insurance stated in the agreement on a "primary and non - contributory basis" that is in excess of Schedule of this endorsement; or the "underlying insurance'; and b. The limits of insurance required in a b. It is understood and agreed that the written contract on a primary and insurance provided by this Coverage non-contributory basis" for such "non- Part is excess of: contributory additional insured", but only to the extent the required limits (1) "Underlying insurance" listed in of insurance are in excess of the the Schedule of Underlying In - "underlying insurance"; or surance; c. The Limits of Insurance available af- (2) Any other insurance available to ter the payment of "ultimate net loss" the "non-contributory additional on any insured's behalf from any insured" as an additional insured; claim or "suit". and This provision is included within and does (3) Any other insurance available to not act to increase the Limits of Insurance the "non-contributory additional stated in the Declarations. insured" on which they are not a named insured. B. SECTION IV - CONDITIONS is amended as follows: 2. The following condition is added: 1. Condition 9. Other Insurance is amended 15. As a precedent to the receipt of in- to add the following: surance coverage hereunder, the "non-contributory additional insured" must give written notice of such claim or "suit", including a demand for de - Includes copyrighted material of Insurance US 4096 01 21 Services Office, Inc., with its permission. Page 1 of 2 fense and indemnity, to any other in- surer who had coverage for the claim or "suit" under its policies. Such no- tice must demand the full coverage available and the "non-contributory additional insured" shall not waive or limit such other available coverage. This condition does not apply to the "non-contributory additional insured's" own insurance program on which they are a named insured. C. SECTION V - DEFINITIONS is amended to add the following: 30. "Non-contributory additional insured" means any person or organization: a. Qualifying as an additional insured under SECTION II - WHO IS AN IN- SURED, Paragraph 3. of the Cover- age Part to which this endorsement is attached; and b. Being granted additional insured sta- tus on a "primary and non- contributory basis" in the "underlying insurance" as required in a written contract between an additional in- sured and a Named Insured provid- ed: (1) The written contract or agree- ment is executed before the "oc- currence" resulting in "bodily in- jury', "personal and advertising injury" or "property damage" for which coverage is being sought under this endorsement; and (2) The written contract or agree- ment requires a specific limit of insurance on a "primary and non-contributory basis" that is in excess of "underlying insur- ance". 31. "Primary and non-contributory basis" means that the limits of insurance of the Coverage Part to which this endorsement is attached apply to insured loss on behalf of the "non-contributory additional in- sured" prior to limits of insurance from other insurance in which the "non- contributory additional insured" is a named insured. Includes copyrighted material of Insurance US 4096 01 21 Services Office, Inc., with its permission. Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NAMED INSURED SCHEDULE This Schedule supplements the Declarations. SCHEDULE Named Insured: WESTERN MUNICIPAL CONSTRUCTION SCS CONSTRUCTION INC WESTERN MUNICIPAL CONSTRUCTION OF WYOMING INC WESTCO MACHINERY INC BLACK CANYON LLC APSAALOOKE CONST MGMT SERVICES LLC WESTERN MUNICIPAL CONSTRUCTION OF TEXAS LLC CANYONWOODS LLC CHERRY ISLAND LLC ISLE DEVELOPMENT LLC KJ INVESTMENTS INC TWO SISTERS CONTRACTING LLC CHERRY CREEK ISLAND SUBSTATION LLC IA 905 02 98 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ADDITIONAL INSURED - AUTOMATIC STATUS AND AUTOMATIC WAIVER OF SUBROGATION WHEN REQUIRED IN WRITTEN CONTRACT, AGREEMENT, PERMIT OR AUTHORIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Additional Insured - Owners, Lessees Or Contractors - Automatic Status For Other Parties When Required In Written Contract Or Agreement With You 1. Section II - Who Is An Insured is amended to include as an additional in- sured any person or organization you have agreed in writing in a contract or agreement to add as an additional in- sured on this Coverage Part. Such per- sons) or organization(s) is an additional insured only with respect to liability for: a. "Bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by the performance of your ongoing opera- tions by you or on your behalf, under that written contract or written agreement. Ongoing operations does not apply to "bodily injury" or "proper- ty damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the loca- tion of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage aris- es has been put to its intended use by any person or organiza- tion other than another contrac- tor or subcontractor engaged in performing operations for a prin- cipal as a part of the same pro- ject; and b. "Bodily injury" or "property damage" caused, in whole or in part, by "your work" performed under that written contract or written agreement and in- cluded in the "products -completed operations hazard", but only if: (1) The Coverage Part to which this endorsement is attached pro- vides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard"; and (2) The written contract or written agreement requires you to pro- vide additional insured coverage included within the "products - completed operations hazard" for that person or organization. If the written contract or written agreement requires you to provide additional insured coverage included within the "products -completed oper- ations hazard" for a specified length of time for that person or organiza- tion, the "bodily injury" or "property damage" must occur prior to the ex- piration of that period of time in order for this insurance to apply. If the written contract or written agreement requires you to provide additional insured coverage for a person or organization per only ISO additional insured endorsement form number CG 20 10, without specifying an edition date, and without specifi- cally requiring additional insured coverage included within the "prod- ucts -completed operations hazard", this Paragraph b. does not apply to that person or organization. 2. If the written contract or written agree- ment described in Paragraph 1. above specifically requires you to provide addi- tional insured coverage to that person or organization: a. Arising out of your ongoing opera- tions or arising out of "your work"; or Includes copyrighted material of Insurance GA 472 05 20 Services Office, Inc., with its permission. Page 1 of 3 b. By way of an edition of an ISO addi- tional insured endorsement that in- cludes arising out of your ongoing operations or arising out of 'your work"; then the phrase caused, in whole or in part, by in Paragraph A.1.a. and/or Para- graph A.1.b. above, whichever applies, is replaced by the phrase arising out of. 3. With respect to the insurance afforded to the additional insureds described in Para- graph A.1., the following additional exclu- sion applies: This insurance does not apply to "bodily injury", "property damage" or "personal C and advertising injury" arising out of the rendering of, or the 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 draw- ings 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, hir- ing, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "prop- erty damage", or the offense which caused the "personal and advertising inju- ry", involved the rendering of, or the fail- ure to render, any professional architec- tural, engineering or surveying services. 4. This Paragraph A. does not apply to addi- tional insureds described in Paragraph B. B. Additional Insured - State Or Governmental Agency Or Subdivision Or Political Subdi- vision - Automatic Status When Required In Written Permits Or Authorizations Section II - Who Is An Insured is amended to include as an additional in- sured any state or governmental agency or subdivision or political subdivision you have agreed in writing in a permit or au- thorization to add as an additional insured on this Coverage Part. Such state or gov- ernmental agency or subdivision or politi- cal subdivision is an additional insured only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivi- sion or political subdivision has issued, in writing, a permit or authorization. 2. With respect to the insurance afforded to the additional insureds described in Para- graph B.1., the following additional exclu- sions apply: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" aris- ing out of operations performed for the federal government, state or mu- nicipality; or b. "Bodily injury" or "property damage" included within the "products - completed operations hazard." The insurance afforded to additional insureds described in Paragraphs A. and B.: Only applies to the extent permitted by law; and Will not be broader than that which you are required by the written contract, writ- ten agreement, written permit or written authorization to provide for such addition- al insured; and 3. Does not apply to any person, organiza- tion, state, governmental agency or sub- division or political subdivision specifically named as an additional insured for the same project in the schedule of an en- dorsement added to this Coverage Part. D. With respect to the insurance afforded to the additional insureds described in Paragraphs A. and B., the following is added to Section III - Limits Of Insurance: The most we will pay on behalf of the addi- tional insured is the amount of insurance: 1. Required by the written contract, written agreement, written permit or written au- thorization described in Paragraphs A. and B. For the purpose of determining the required amount of insurance only, we will include the minimum amount of any Um- brella Liability or Excess Liability cover- age required for that additional insured in that written contract, written agreement, written permit or written authorization; or 2. Available under the applicable limits of in- surance; whichever is less. This endorsement shall not increase the appli- cable limits of insurance. E. Section IV - Commercial General Liability Conditions is amended to add the following: Automatic Additional Insured Provision Includes copyrighted material of Insurance GA 472 05 20 Services Office, Inc., with its permission. Page 2 of 3 This insurance applies only if the "bodily inju- ry" or "property damage" occurs, or the "per- sonal and advertising injury" offense is com- mitted: 1. During the policy period; and 2. Subsequent to your execution of the writ- ten contract or written agreement, or the issuance of a written permit or written au- thorization, described in Paragraphs A. and B. F. Except when G. below applies, the following is added to Section IV - Commercial General Liability Conditions, Other Insurance, and supersedes any provision to the contrary: When Other Additional Insured Coverage Applies On An Excess Basis This insurance is primary to other insurance available to the additional insured described in Paragraphs A. and B. except: 1. As otherwise provided in Section IV - Commercial General Liability Condi- tions, Other Insurance, b. Excess In- surance; or 2. For any other valid and collectible insur- ance available to the additional insured as an additional insured on another insur- ance policy that is written on an excess basis. In such case, this insurance is also excess. G. The following is added to Section IV - Com- mercial General Liability Conditions, Other Insurance, and supersedes any provision to the contrary: Primary Insurance When Required By Writ- ten Contract, Agreement, Permit Or Au- thorization Except when wrap-up insurance applies to the claim or "suit" on behalf of the additional in- sured, this insurance is primary to any other insurance available to the additional insured described in Paragraphs A. and B. provided that: 1. The additional insured is a Named In- sured under such other insurance; and 2. You have agreed in writing in a contract, agreement, permit or authorization de- scribed in Paragraph A. or B. that this in- surance would be primary to any other in- surance available to the additional in- sured. As used in this endorsement, wrap-up insur- ance means a centralized insurance program under which one party has secured either in- surance or self-insurance covering some or all of the contractors or subcontractors perform- ing work on one or more specific project(s). Primary And Noncontributory Insurance When Required By Written Contract, Agreement, Permit Or Authorization Except when wrap-up insurance applies to the claim or "suit" on behalf of the additional in- sured, this insurance is primary to and will not seek contribution from any other insurance available to the additional insured described in Paragraphs A. and B. provided that: 1. The additional insured is a Named In- sured under such other insurance; and 2. You have agreed in writing in a contract, agreement, permit or authorization de- scribed in Paragraph A. or B. that this in- surance would be primary and would not seek contribution from any other insur- ance available to the additional insured. As used in this endorsement, wrap-up insur- ance means a centralized insurance program under which one party has secured either in- surance or self-insurance covering some or all of the contractors or subcontractors perform- ing work on one or more specific project(s). H. Section IV - Commercial General Liability Conditions, Transfer Of Rights Of Recov- ery Against Others To Us is amended by the addition of the following: Waiver of Subrogation We waive any right of recovery against any additional insured under this endorsement, because of any payment we make under this endorsement, to whom the insured has waived its right of recovery in a written con- tract, written agreement, written permit or writ- ten authorization. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such additional in- sured prior to loss. Includes copyrighted material of Insurance GA 472 05 20 Services Office, Inc., with its permission. Page 3 of 3 POLICY NUMBER:EPP 054 41 91 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): EACH OF THE NAMED INSURED'S CONSTRUCTION PROJECTS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legal- shown in the Declarations nor shall they ly obligated to pay as damages caused by "oc- reduce any other Designated Construction currences" under Section I - Coverage A, and Project General Aggregate Limit for any for all medical expenses caused by accidents other designated construction project under Section I - Coverage C, which can be at- shown in the Schedule above. tributed only to ongoing operations at a single designated construction project shown in the 4. The limits shown in the Declarations for Schedule above: Each Occurrence, Damage To Premises Rented To You and Medical Expense 1. A separate Designated Construction Pro- continue to apply. However, instead of be- ject General Aggregate Limit applies to ing subject to the General Aggregate Limit each designated construction project, and shown in the Declarations, such limits will that limit is equal to the amount of the be subject to the applicable Designated General Aggregate Limit shown in the Construction Project General Aggregate Declarations. Limit. 2. The Designated Construction Project B. For all sums which the insured becomes legal - General Aggregate Limit is the most we ly obligated to pay as damages caused by "oc- will pay for the sum of all damages under currences" under Section I - Coverage A, and Coverage A, except damages because of for all medical expenses caused by accidents "bodily injury" or "property damage" in- under Section I - Coverage C, which cannot be cluded in the "products -completed opera- attributed only to ongoing operations at a sin- tions hazard", and for medical expenses gle designated construction project shown in under Coverage C regardless of the num- the Schedule above: ber of: 1. Any payments made under Coverage A a. Insureds; for damages or under Coverage C for b. Claims made or "suits" brought; or medical expenses shall reduce the amount available under the General Ag- c. Persons or organizations making gregate Limit or the Products -completed claims or bringing "suits". Operations Aggregate Limit, whichever is applicable; and 3. Any payments made under Coverage A for damages or under Coverage C for 2. Such payments shall not reduce any Des - medical expenses shall reduce the Des- ignated Construction Project General Ag- ignated Construction Project General Ag- gregate Limit. gregate Limit for that designated con- C. When coverage for liability arising out of the struction project. Such payments shall not "products -completed operations hazard" is reduce the General Aggregate Limit provided, any payments for damages because CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Pagel of 2 ❑ of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construc- tion Project General Aggregate Limit. E. D. If the applicable designated construction pro- ject has been abandoned, delayed, or aban- doned and then restarted, or if the authorized contracting parties deviate from plans, blue- prints, designs, specifications or timetables, the project will still be deemed to be the same construction project. The provisions of Section III - Limits Of Insur- ance not otherwise modified by this endorse- ment shall continue to apply as stipulated. CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 2 of 2 ❑ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: 07-12-2024 �EBA 054 41 91 Named Insured: WESTERN MUNICIPAL CONSTRUCTION Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SECTION II - LIABILITY COVERAGE, A. Coverage, I. Who is an Insured is amended to include as an in- sured any person or organization for whom you have agreed in a valid written contract to provide insurance as afforded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the "bodily injury" or "property damage". AA 4171 06 20 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION - AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: 07-12-2024 �EBA 054 41 91 Named Insured: WESTERN MUNICIPAL CONSTRUCTION Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. Blanket Waiver of Subrogation payments we make for "bodily injury' or "prop- erty damage" arising out of the operation of a covered "auto" when you have assumed liabil- TIONS, A. Loss Conditions, 5. Transfer of ity for such "bodily injury" or "property damage" Rights of Recovery Against Others to Us is under an "insured contract", provided the "bod- amended by the addition of the following: ily injury" or "property damage" occurs subse- We waive any right of recovery we may have quent to the execution of the "insured con - against any person or organization because of tract". AA 4172 09 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: 07-12-2024 EBA 054 41 91 Named Insured: WESTERN MUNICIPAL CONSTRUCTION Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. Noncontributory Insurance SECTION IV - BUSINESS AUTO CONDI- TIONS, B. General Conditions, 5. Other In- surance is replaced by the following: c. Regardless of the provisions of Para- graph a. above, this Coverage Form's Li- ability Coverage is primary and we will not seek contribution from any other in- surance for any liability assumed under an "insured contract" that requires liability to be assumed on a primary noncon- tributory basis. AA 4174 11 05 COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM Various provisions in this Coverage Part restrict this insurance. Read the entire Coverage Part carefully to determine rights, duties and what is and is not covered. Throughout this Coverage Part the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as a Named Insured under this Coverage Part. The words "we", "us" and 'bur" refer to the Company providing this insurance. The word "insured" means any person or organiza- tion qualifying as such under SECTION II - WHO IS AN INSURED. Other words and phrases that appear in quotation marks have special meaning. Refer to SECTION V - DEFINITIONS. SECTION I - COVERAGE A. Insuring Agreement We will pay on behalf of the insured the "ultimate net loss" which the insured is le- gally obligated to pay as damages for "bodily injury", "personal and advertising injury" or "property damage" to which this insurance applies: a. Which is in excess of the "underlying insurance"; or b. Which is either excluded or not in- sured by "underlying insurance". 2. If any limit of insurance, such as a sublim- it, is specified in the "underlying insur- ance", this insurance does not apply to "bodily injury", "personal and advertising injury" or "property damage" arising out of that exposure unless that limit of insur- ance is specified in the Schedule of Un- derlying Insurance. 3. This insurance applies to "bodily injury", "personal and advertising injury" or "prop- erty damage" only if: a. The "bodily injury", "personal and ad- vertising injury" or "property damage" is caused by an 'occurrence" that takes place in the "coverage territo- ry"; and b. The "bodily injury" or "property dam- age" occurs during the policy period shown in the Declarations; or c. The "personal and advertising injury" results from an 'occurrence" that takes place during the policy period shown in the Declarations; and d. Prior to the "coverage term" no in- sured listed under Paragraph 1. of Section II - Who Is An Insured and no "employee" authorized by you to give or receive notice of an 'occurrence" or claim, knew that the "bodily injury" or "property damage" had occurred, in whole or in part, or that the "per- sonal and advertising injury" offense had been committed, in whole or in part. If such a listed insured or au- thorized "employee" knew, prior to the "coverage term", that the "bodily injury" or "property damage" oc- curred, or that the "personal and ad- vertising injury" offense had been committed, then any continuation, change or resumption of such "bodily injury", "personal and advertising inju- ry" or "property damage" during or af- ter the "coverage term" will be deemed to have been known prior to the policy period. 4. "Bodily injury" or "property damage" which occurs during the "coverage term" and was not, prior to the "coverage term", known to have occurred by any insured listed under Paragraph 1. of Section II - Who Is An Insured or any "employee" au- thorized by you to give or receive notice of an 'occurrence" or claim, includes any continuation, change or resumption of that "bodily injury" or "property damage" after the end of the "coverage term". 5. "Personal and advertising injury" caused by an offense which was committed dur- ing the "coverage term" and was not, prior to the "coverage term", known to have been committed by any insured listed un- der Paragraph 1. of Section II - Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occur- rence" or claim, includes any continuation, change or resumption of that "personal and advertising injury" offense after the end of the "coverage term". 6. "Bodily injury" or "property damage" will be deemed to have been known to have oc- curred, or a "personal and advertising in- jury" offense will be deemed to have been known to have been committed at the ear- liest time when any insured listed under Paragraph 1. of Section II - Who Is An In- sured or any "employee" authorized by you to give or receive notice of an "occur- rence" or claim: Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 3 of 23 a. Reports all, or any part, of the "bodily injury", "personal and advertising inju- ry" or "property damage" to us or any other insurer; b. Receives a written or verbal demand or claim for damages because of the "bodily injury", "personal and advertis- ing injury" or "property damage"; or c. Becomes aware by any other means that "bodily injury" or "property dam- age" had occurred or has begun to occur, or that the "personal and ad- vertising injury" offense had been committed or has begun to be com- mitted. 7. The amount we will pay for damages is limited as described in SECTION III - LIM- ITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered, unless expressly provided for under SECTION I - COVERAGE, C. Defense and Supplemen- tary Payments. B. Exclusions This insurance does not apply to: 1. Asbestos Any liability arising out of, attributable to or any way related to asbestos in any form or transmitted in any manner. 2. Breach of Contract, Failure to Perform, Wrong Description and Violation of Another's Rights "Personal and advertising injury": a. Arising out of breach of contract, ex- cept an implied contract to use an - other's advertising idea in your "ad- vertisement"; b. Arising out of the failure of goods, products or services to conform with any statement of quality or perfor- mance made in your "advertisement"; c. Arising out of the wrong description of the price of goods, products or services stated in your "advertise- ment"; or d. Caused by or at the direction of the insured with the knowledge that the act would violate the rights of another and would inflict "personal and adver- tising injury". 3. Contractual Liability assumption of liability in a contract or agreement. This exclusion does not apply to liability for "bodily injury", "personal and advertising injury" or "property damage": a. That the insured would have in the absence of the contract or agree- ment; or b. Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury", "personal and ad- vertising injury" or "property damage" occurs subsequent to the execution of the contract or agreement. 4. Damage to Impaired Property or Prop- erty Not Physically Injured "Property damage" to "impaired property" or property that has not been physically in- jured, arising out of: a. A defect, deficiency, inadequacy or dangerous condition in "your product" or "your work"; or b. A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "your product" or "your work" after it has been put to its intended use. 5. Damage to Property "Property damage" to: a. Property: (1) You own, rent, or occupy, includ- ing any costs or expenses in- curred by you, or any other per- son, organization or entity, for repair, replacement, enhance- ment, restoration or mainte- nance of such property for any reason, including prevention of injury to a person or damage to another's property; or (2) Owned or transported by the in- sured and arising out of the ownership, maintenance or use of an "auto". b. Premises you sell, give away or abandon, if the "property damage" arises out of any part of those prem- ises; c. Property loaned to you; Any liability for which the insured is obli- d. Personal property in the care, custo- gated to pay damages by reason of the dy or control of the insured; Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 4 of 23 6. 8. e. That particular part of real property on which you or any contractors or subcontractors working directly or in- directly on your behalf are performing operations, if the "property damage" arises out of those operations; or f. That particular part of any property that must be restored, repaired or re- placed because "your work" was in- correctly performed on it. Paragraph b. of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. Paragraphs a.(2), c., d., e. and f. of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraphs c. and d. of this exclusion do not apply to liability assumed under a writ- ten Trailer Interchange agreement. Paragraph f. of this exclusion does not apply to "property damage" included in the "products -completed operations hazard". Damage to Your Product "Property damage" to "your product" aris- ing out of it or any part of it. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products -completed operations haz- ard". This exclusion does not apply if the dam- aged work or the work out of which the damage arises was performed on your behalf by a subcontractor. Distribution or Recording of Material or Information in Violation of Law Any liability arising directly or indirectly out of any action or omission that violates or is alleged to violate: a. The Telephone Consumer Protection Act (TCPA), including any amend- ment of or addition to such law; b. The CAN-SPAM Act of 2003, includ- ing any amendment of or addition to such law; c. The Fair Credit Reporting Act (FCRA), and any amendment of or addition to such law, including the Fair and Accurate Credit Transaction Act (FACTA); or d. Any federal, state or local statute, or- dinance or regulation, other than the TCPA, CAN-SPAM Act of 2003 or FCRA and their amendments and additions, that addresses, prohibits or limits the printing, dissemination, dis- posal, collecting, recording, sending, transmitting, communicating or distri- bution of material or information. 9. Electronic Chatrooms or Bulletin Boards "Personal and advertising injury" arising out of an electronic chatroom or bulletin board the insured hosts, owns, or over which the insured exercises control. 10. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "elec- tronic data". However, this exclusion does not apply: (1) To liability for damages because of "bodily injury"; or (2) When such insurance is provided by valid and collectible "underlying in- surance" listed in the Schedule of Underlying Insurance, or would have been provided by such listed "under- lying insurance" except for the ex- haustion by payment of claims of its limits of insurance, and then only for such hazards for which coverage is provided by such "underlying insur- ance", unless otherwise excluded by this Coverage Part. 11. Employer's Liability Limitation Any liability arising from any injury to: a. An "employee" of the insured sus- tained in the "workplace"; b. An "employee" of the insured arising out of the performance of duties re- lated to the conduct of the insured's business; or c. The spouse, child, parent, brother or sister of that "employee" as a conse- quence of a. or b. above. This exclusion applies: a. Whether the insured may be liable as an employer or in any other capacity; and b. To any obligation to share damages with or repay someone else who must pay damages because of the in- jury. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 5 of 23 This exclusion does not apply when such insurance is provided by valid and collect- ible "underlying insurance" listed in the Schedule of Underlying Insurance, or would have been provided by such listed "underlying insurance" except for the ex- haustion by payment of claims of its limits of insurance, and then only for such haz- ards for which coverage is provided by such "underlying insurance", unless oth- erwise excluded by this Coverage Part. 12. Employment -Related Practices Any liability arising from any injury to: a. A person arising out of any: (1) Refusal to employ that person; (2) Termination of that person's em- ployment; or (3) Other employment -related prac- tices, policies, acts or omissions including but not limited to coer- cion, criticism, demotion, evalua- tion, failure to promote, reas- signment, discipline, defamation, harassment, humiliation, discrim- ination or malicious prosecution directed at that person; or b. The spouse, child, parent, brother or sister of that person as a conse- quence of any injury to that person at whom any of the employment -related practices described in Paragraphs 12.a.(1), (2), or (3) above is directed. This exclusion applies: a. Whether the injury -causing event de- scribed in Paragraphs 12.a.(1), (2), or (3) above occurs before employment, during employment or after employ- ment of that person; b. Whether the insured may be liable as an employer or in any other capacity; and To any obligation to share damages with or repay someone else who must pay damages because of the in- jury. 13. Expected or Intended Injury "Bodily injury" or "property damage" which may reasonably be expected to result from the intentional or criminal acts of the insured or which is in fact expected or in- tended by the insured, even if the injury or damage is of a different degree or type than actually intended or expected. However, this exclusion does not apply to: "Bodily injury" resulting from the use of reasonable force to protect per- sons or property; or b. "Bodily injury" or "property damage" resulting from the use of reasonable force to prevent or eliminate danger in the operation of "autos" or water- craft. 14. Falsity, Prior Publication, Criminal Act and Media and Internet Type Busi- nesses "Personal and advertising injury": a. Arising out of oral or written publica- tion in any manner of material, if done by or at the direction of the in- sured with knowledge of its falsity; b. Arising out of oral or written publica- tion in any manner of material whose first publication took place before the later of the following: (1) The inception of this Coverage Part; or (2) The "coverage term" in which in- surance coverage is sought; c. Arising out of a criminal act commit- ted by or at the direction of the in- sured; or d. Committed by an insured whose business is: (1) Advertising, broadcasting, pub- lishing or telecasting; (2) Designing or determining content of websites for others; or (3) An Internet search, access, con- tent or service provider. However, Paragraph d. does not ap- ply to Paragraphs 17.a., b., c., d. and I. of "personal and advertising injury" under SECTION V - DEFINITIONS. For the purposes of Paragraph d., the placing of frames, borders or links, or advertising, for you or others anywhere on the Internet, is not by it- self, considered the business of ad- vertising, broadcasting, publishing or telecasting. 15. Infringement of Copyright, Patent, Trademark or Trade Secret "Personal and advertising injury" arising out of the infringement of copyright, pa- tent, trademark, trade secret or other in- tellectual property rights. Under this ex- clusion, such other intellectual property Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 6 of 23 rights do not include the use of another's advertising idea in your "advertisement". However, this exclusion does not apply to infringement in your "advertisement", of copyright, trade dress or slogan. 16. Pollutant - Auto "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release, emis- sion or escape of "pollutants": (1) That are, or that are contained in any property that is: (a) Being transported or towed by, handled, or handled for movement into, onto or from, an "auto" that an in- sured owns, hires, borrows, rents, leases, or that is op- erated on their behalf in any other fashion; (b) Otherwise in the course of transit by or on behalf of the insured; or (c) Being stored, disposed of, treated or processed in or upon an "auto" that an in- sured owns, hires, borrows, rents, leases, or that is op- erated on their behalf in any other fashion; (2) Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accept- ed by the insured for movement into or onto an "auto" that an in- sured owns, hires, borrows, rents, leases, or that is operated on their behalf in any other fash- ion; or (3) After the "pollutants" or any property in which the "pollutants" are contained are moved from an "auto" that an insured owns, hires, borrows, rents, leases, or that is operated on their behalf in any other fashion to the place where they are finally delivered, disposed of or abandoned by the insured. electrical, hydraulic or mechanical functioning of an "auto" that an in- sured owns, hires, borrows, rents, leases, or that is operated on their behalf in any other fashion or its parts, if: (a) The "pollutants" escape, seep, migrate, or are discharged, dis- persed or released directly from an "auto" part designed by its manufacturer to hold, store, re- ceive or dispose of such "pollu- tants"; and (b) The "bodily injury" or "property damage" does not arise out of the operation of any equipment listed in Paragraphs f.(2) and (3) of the definition of "mobile equipment". However, this exception to Paragraph (1) does not apply if the fuels, lubri- cants, or other operating fluids, ex- haust gases or other similar "pollu- tants" are intentionally discharged, dispersed, emitted or released. Paragraphs (2) and (3) above do not apply to an "occurrence" that occurs away from premises owned by or rented to an insured with respect to "pollutants" not in or upon an "auto" that an insured owns, hires, borrows, rents, leases, or that is operated on their behalf in any other fashion if: (a) The "pollutants" or any property in which the "pollutants" are con- tained are upset, overturned or damaged as a result of the maintenance or use of an "auto" that an insured owns, hires, bor- rows, rents, leases, or that is op- erated on their behalf in any oth- er fashion; and (b) The discharge, dispersal, seep- age, migration, release, emis- sion or escape of the "pollutants" is caused directly by such upset, overturn or damage. b. Any liability caused by "pollutants" and arising from the operation, maintenance, use, "loading or un- loading" of an "auto", for which insur- ance coverage is excluded by "under- lying insurance". Paragraph (1) above does not apply to "bodily injury" or "property damage" 17. Pollutant - Other Than Auto arising from fuels, lubricants, or other a. "Bodily injury" or "property damage" operating fluids, exhaust gases or arising out of the actual, alleged or other similar "pollutants" that are threatened discharge, dispersal, needed for or result from the normal Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 7 of 23 seepage, migration, release, emis- sion or escape of "pollutants": (1) At or from any premises, site or location which is or was at any time owned or occupied by, or rented or loaned to, any insured. However, Paragraph a.(1) of this exclusion does not apply to the following if such liability is cov- ered by "underlying insurance" listed in the Schedule of Underly- ing Insurance, but only to the ex- tent insurance is provided at the "underlying limit" specified in the Schedule of Underlying Insur- ance for the "underlying insur- ance" listed and subject to all its terms, limitations and conditions: (a) "Bodily injury", if sustained within a building and caused by smoke, fumes, vapor or soot produced by or origi- nating from equipment that is used to heat, cool or de- humidify the building, or equipment that is used to heat water for personal use by the building's occupants or their guests; (b) "Bodily injury" or "property damage" for which you may be held liable, if you are a contractor, and the owner or lessee of such premises, site or location has been added to your "underlying insurance" as an additional insured with respect to your ongoing operations or "your work" performed for that additional insured at that premises, site or location and such premises, site or location is not and never was owned or occupied by, or rented or loaned to, any insured, other than that ad- ditional insured; or (c) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; (2) At or from any premises, site or location which is or was at any time used by or for any insured or others for the handling, stor- age, disposal, processing or treatment of waste; (3) Which are or were at any time transported, handled, stored, treated, disposed of, or pro- cessed as waste by or for any insured or any person or organi- zation for whom you may be le- gally responsible; (4) At or from any premises, site or location on which any insured or any contractors or subcontrac- tors working directly or indirectly on any insured's behalf are per- forming operations, if the "pollu- tants" are brought on or to the premises, site or location in con- nection with such operations by such insured, contractor or sub- contractor. However, Paragraph a.(4) of this exclusion does not apply to the following if such liability is cov- ered by "underlying insurance" listed in the Schedule of Underly- ing Insurance, but only to the ex- tent insurance is provided at the "underlying limit" specified in the Schedule of Underlying Insur- ance for the "underlying insur- ance" listed and subject to all its terms, limitations and conditions: (a) "Bodily injury" or "property damage" arising out of the escape of fuels, lubricants or other operating fluids which are needed to per- form the normal electrical, hydraulic or mechanical functions necessary for the operation of "mobile equip- ment" or its parts, if such fuels, lubricants or other op- erating fluids escape from a vehicle part designed to hold, store or receive them. This exception does not ap- ply if the "bodily injury" or "property damage" arises out of the intentional dis- charge, dispersal or release of the fuels, lubricants or other operating fluids, or if such fuels, lubricants or other operating fluids are brought on or to the premis- es, site or location with the intent that they be dis- charged, dispersed or re- leased as part of the opera- tions being performed by such insured, contractor or subcontractor; Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 8 of 23 (b) "Bodily injury" or "property d. Any liability caused by "pollutants", for damage" sustained within a which insurance coverage is exclud- building and caused by the ed by "underlying insurance". release of gases, fumes or vapors from materials 18. Recall of Products, Work or Impaired brought into that building in Property connection with operations Any liability or damages claimed for any being performed by you or loss, cost or expense incurred by you or on your behalf by a contrac- others for the loss of use, withdrawal, re - tor or subcontractor; or call, inspection, repair, replacement, ad- (c) "Bodily injury" or "property justment, removal or disposal of: damage" arising out of heat, a. "Your product"; smoke or fumes from a "hostile fire"; or b. "Your work"; or (5) At or from any premises, site or c. "Impaired Property"; location on which any insured or any contractors or subcontrac- if such product, work or property is with - tors working directly or indirectly drawn or recalled from the market or from on any insured's behalf are per- use by any person or organization be - forming operations, if the opera- cause of a known or suspected defect, tions are to test for, monitor, deficiency, inadequacy or dangerous con - clean up, remove, contain, treat, dition in it. detoxify or neutralize, or in any 19. Unauthorized Use of Another's Name way respond to or assess the ef- or Product fects of, "pollutants". "Personal and advertising injury" arising b. "Personal and advertising injury" aris- out of the unauthorized use of another's ing out of the actual, alleged or name or product in your e-mail address, threatened discharge, dispersal, domain name or metatag or any other seepage, migration, release, escape similar tactics to mislead another's poten- or emission of "pollutants" at any tial customers. time. 20. War c. Any loss, cost or expense arising out of any: Any liability, however caused, arising di- rectly or indirectly, out of: (1) Request, demand, order or stat- utory or regulatory requirement a. War, including undeclared or civil that any insured or others test war; for, monitor, clean up, remove, contain, treat, detoxify or neutral- b. Warlike action by a military force, in- ize, or in any way respond to, or cluding action in hindering or defend - assess the effects of, "pollu- ing against an actual or expected at- tants"; or tack by any government, sovereign or authority using military personnel or (2) Claim or suit by or on behalf of a other agents; or governmental authority for dam- ages because of testing for, c. Insurrection, rebellion, revolution, monitoring, cleaning up, remov- usurped power or action taken by ing, containing, treating, detoxify- governmental authority in hindering ing or neutralizing, or in any way or defending against any of these. responding to, or assessing the 21. Workers' Compensation effects of, "pollutants". Any liability or obligation of the insured However, this Paragraph c. does not under any workers' compensation, unem- apply to liability for damages because ployment compensation, disability benefits of "property damage" that the insured or similar law. However, this exclusion would have in the absence of such does not apply to liability of others as - request, demand, order or statutory sumed by you under an "insured contract" or regulatory requirement, or such in existence at the time of "occurrence". claim or "suit" by or on behalf of a governmental authority. C. Defense and Supplementary Payments 1. We will have the right and duty to defend the insured against any "suit" seeking Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 9 of 23 damages because of "bodily injury", "per- sonal and advertising injury" or "property damage" to which this insurance applies. We will have no duty to defend the in- sured against any "suit" seeking damages for "bodily injury", "personal and advertis- ing injury" or "property damage" to which this insurance does not apply. We may, at our discretion, investigate any "occur- rence" and settle any claim or "suit" that may result when: a. The applicable limits of the "underly- ing insurance" and any other insur- ance have been exhausted by pay- ment of claims; or b. Damages are sought for "bodily inju- ry", "personal and advertising injury" or "property damage" which are not covered by "underlying insurance" or other insurance. 2. Our right and duty to defend ends when the applicable Limit of Insurance, as stat- ed in the Declarations, has been exhaust- ed by payment of claims. 3. We have no duty to investigate, settle or defend any claim or "suit" other than those circumstances described in Para- graph CA. However, we do have the right to participate in the investigation, settle- ment or defense of any claim or "suit" to which this insurance applies. If we exer- cise this right, we will do so at our ex- pense. 4. If there is no underlying insurer or other insurance obligated to do so, we will pay the following when we provide a defense: a. All expenses we incur. b. The cost of bail bonds up to $3,000 (including bonds for related traffic law violations) required because of an "occurrence" we cover. We do not have to furnish these bonds. c. The cost of bonds to appeal a judg- ment or award in any claim or "suit" we defend and the cost of bonds to release attachments, but only for bond amounts within the applicable Limits of Insurance. We do not have to furnish these bonds. fees or attorneys' expenses taxed against the insured. 5. If there is no underlying insurer obligated to do so, we will pay the following for an "occurrence" to which this insurance ap- plies, even if we have no duty to provide a defense: a. Prejudgment interest awarded against the insured on that part of the judgment we become obligated to pay and which falls within the appli- cable Limit of Insurance. If we make an offer to pay the applicable Limits of Insurance, we will not pay any pre- judgment interest based on the peri- od of time after the offer. b. All interest awarded against the in- sured on the full amount of any judgment that accrues: (1) After entry of the judgment; and (2) Before we have paid, offered to pay or deposited in court the part of the judgment that is within the applicable Limit of Insurance. 6. The payments described in Paragraphs 4. and 5. above will not reduce the Limits of Insurance provided by this Coverage Part when defense or supplementary pay- ments provided by the "underlying insur- ance" do not reduce their Limits of Insur- ance. However, when defense or supple- mentary payments provided by the "un- derlying insurance" reduce their Limits of Insurance then such expense payments paid by us will reduce the Limits of Insur- ance provided by this Coverage Part. 7. If we are prevented by law or otherwise from carrying out any of the provisions of SECTION I - COVERAGE, C. Defense and Supplementary Payments, we will pay any expense incurred with our written consent. SECTION II - WHO IS AN INSURED 1. Except for liability arising out of the ownership, maintenance, occupancy or use of an "auto": a. If you are designated in the Declarations as: (1) An individual, you and your spouse d. Reasonable expenses incurred by are insureds, but only with respect to the insured at our request to assist us the conduct of a business of which in the investigation or defense of the you are the sole owner. claim or "suit", including the actual loss of earnings. (2) A partnership orjoint venture, you are an insured. Your members, partners e. All court costs taxed against the in- and their spouses are also insureds, sured in the "suit". However, these but only with respect to the conduct payments do not include attorneys' of your business. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 10 of 23 (3) A limited liability company, you are an insured. Your members are also in- sureds, but only with respect to the conduct of your business. Your man- agers are insureds, but only with re- spect to their duties as your manag- ers. (4) An organization other than a partner- ship, joint venture, or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or direc- tors. Your stockholders are also in- sureds, but only with respect to their liability as stockholders. Each of the following is also a Named Insured: (a) Any "subsidiary" company of such organization, including any "subsidiary" of such "subsidiary": 1) Existing at the inception of this Coverage Part; or 2) Formed or acquired on or after the inception of this Coverage Part. (b) Any other company controlled and actively managed by such organization or any "subsidiary" thereof: 1) At the inception of this Cov- erage Part; or 2) If the control and active management thereof is ac- quired on or after the incep- tion of this Coverage Part. (5) A trust, you are an insured. Your trus- tees are also insureds, but only with respect to their duties as trustees. b. Each of the following is also an insured: (1) Any "employee" of yours while acting within the scope of their duties as such. (2) Any person or organization while act- ing as your real estate manager. (3) Any person or organization having proper temporary custody of your property if you die, but only: (a) With respect to liability arising out of the maintenance or use of that property; and (b) Until your legal representative has been appointed. (4) Your legal representative if you die, but only with respect to duties as such. 2. Only with respect to liability arising out of the ownership, maintenance, occupancy or use of an "auto": a. You are an insured. b. Anyone else while using with your permis- sion an "auto" you own, hire or borrow is also an insured except: (1) The owner or any other person or or- ganization (except your "executive of- ficers" or principals) from whom you hire or borrow an "auto", unless such persons or organizations are in- sureds in your "underlying insurance" listed in the Schedule of Underlying Insurance, and then only for such hazards for which coverage is pro- vided by such "underlying insurance". This exception does not apply if the "auto" is a trailer or semi -trailer con- nected to an "auto" you own. (2) Your "employee", if the "auto" is owned by that "employee" or a mem- ber of his or her household, unless: (a) Such "employee" is an insured with respect to that "auto" in the "underlying insurance" listed in the Schedule of Underlying In- surance, and then only for such hazards for which coverage is provided by such "underlying in- surance"; or (b) The "bodily injury" or "property damage" is sustained by a co - "employee" of such "employee". (3) Someone using an "auto" while he or she is working in a business of sell- ing, servicing, repairing, parking or storing "autos", unless that business is yours. (4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees", while mov- ing property to or from an "auto". c. Anyone liable for the conduct of an in- sured described in Paragraphs 2.a. and b. above is also an insured, but only if they are provided insurance coverage for such liability by valid and collectible "underlying insurance" listed in the Schedule of Un- derlying Insurance and then only for such hazards for which coverage is provided by such "underlying insurance". Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 11 of 23 At your option and subject to the terms and conditions of this insurance, any other person or organization not addressed by Paragraphs 1. and 2. above, but covered in the "underlying insurance" listed in the Schedule of Underlying Insurance are also insureds, but only to the ex- tent that insurance is provided for such person or organization by the "underlying insurance". No person or organization is an insured with re- spect to the conduct of any current or past partner- ship, joint venture, or limited liability company that is not shown as a Named Insured in the Declara- tions. SECTION III - LIMITS OF INSURANCE The Limits of Insurance shown in the Declara- tions and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made, "suits" brought or number of vehicles involved or insured; or Persons or organizations making claims or bringing "suits". 2. The Aggregate Limit is the most we will pay for all damages: a. Included in the "products -completed op- erations hazard"; b. Because of "bodily injury" by disease sus- tained by your "employees" arising out of and in the course of their employment by you; or Because of "bodily injury", "personal and advertising injury" or "property damage" not included within a. or b. above. How- ever, this Aggregate Limit will not apply to damages which are not subject to an Ag- gregate Limit in the "underlying insur- ance". The Aggregate Limit applies separately to a., b. and c. The Aggregate Limit described in c. will apply only to damages not subject to a. or b. above. 3. Subject to the Limit of Insurance described in 2.c. above: a. Only in the event that "underlying insur- ance" specifically listed in the Schedule of Underlying Insurance provides an annual Aggregate Limit of Insurance for damages that would not be subject to 2.a. or b. above that is applicable separately to each: (1) Location owned by, or rented or leased to you solely with respect to damages which are the result of a claim or "suit" for "bodily injury" or "property damage" which can be at- tributed to operations at only a single location, then the Aggregate Limit described in 2.c. above applies sepa- rately to each location owned by, or rented or leased to you. (2) Of your construction projects solely with respect to damages which are the result of a claim or "suit" for "bodi- ly injury" or "property damage" which can be attributed only to ongoing op- erations and only at a single con- struction project, then the Aggregate Limit described in 2.c. above applies separately to each of your construc- tion projects. b. Only with respect to the application of Limits of Insurance described in 3.a. above, the following terms location and construction project will have the following meanings: (1) Location means premises involving the same or connecting lots, or prem- ises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. (2) Construction project means a loca- tion you do not own, rent or lease where ongoing improvements, altera- tions, installation, demolition or maintenance work is performed by you or on your behalf. All connected ongoing improvements, alterations, installation, demolition or mainte- nance work performed by you or on your behalf at the same location for the same persons or entities, no mat- ter how often or under how many dif- ferent contracts, will be deemed to be a single construction project. 4. Subject to the limits described in 2. and 3. above, the Each Occurrence Limit is the most we will pay for the "ultimate net loss": a. In excess of the applicable limits of "un- derlying insurance"; or b. If an "occurrence" is not covered by "un- derlying insurance", but covered by the terms and conditions of this Coverage Part, for all "bodily injury", "personal and advertising injury" and "property damage" arising out of any one "occurrence". We will not pay more than the Limit of Insur- ance shown in this Coverage Part's Declara- tions for each "occurrence" because any Per- sonal Umbrella Liability Policy(ies) is/are at- tached to this policy. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 12 of 23 5. Subject to, and included within, the Limit of (1) The earned premium is less than the Insurance described in 4. above, we will not deposit premium, we will return the pay more than the limit of insurance required excess to the first Named Insured; or for the layer of insurance provided by this Coverage Part on behalf of: (2) The earned premium is greater than the deposit premium, the difference a. An additional insured, as set forth in will be due and payable to us by the SECTION II - WHO IS AN INSURED, first Named Insured upon notice from Paragraph 3; or us. The due date for audit and retro- spective premiums is the date shown b. A party you have agreed to indemnify in as the due date on the bill. an "insured contract". However, in no event will the earned pre- 6. Subject to the limits described in 2., 3., 4. and mium be less than the Minimum Premium 5. above and to the terms and conditions of stated in the Premium Computation En - the "underlying insurance": dorsement. a. If the limits of "underlying insurance" have b. The first Named Insured must keep rec- been reduced by payment of claims, this ords of the information we need for pre - Coverage Part will continue in force as mium computation and send us copies at excess of the reduced "underlying insur- such times as we may request. ance"; or 3. Bankruptcy b. If the limits of "underlying insurance" have been exhausted by payment of claims, Bankruptcy or insolvency of the insured or the this Coverage Part will continue in force insured's estate shall not relieve us of any ob- as "underlying insurance". ligations under this Coverage Part. 7. The Limits of Insurance of this Coverage Part 4. Duties in the Event of Occurrence, Claim or apply separately to each "coverage term". Suit SECTION IV- CONDITIONS a. You must see to it that we are notified as soon as practicable of an "occurrence" 1. Appeals which may result in a claim or "suit". To If the insured or any insurer who provides the the extent possible, notice should include: applicable "underlying insurance" elects not to (1) How, when and where the "occur - appeal a judgment which exceeds the "under- rence" took place; lying limit", we may elect to do so at our own expense. We shall be liable for the taxable (2) The names and addresses of any in - costs and disbursements and interest inci- jured persons and witnesses; and dental thereto, but in no event shall this provi- sion increase our liability beyond: (3) The nature and location of any injury or damage arising out of the "occur - a. Our applicable Limits of Insurance for all rence". "ultimate net loss"; This requirement applies only when the b. Our applicable Defense and Supplemen- "occurrence" is known to an "authorized tary Payments as described in SECTION I representative". - COVERAGE, C. Defense and Supple- mentary Payments; and b. If a claim is made or "suit" is brought against any insured you must: c. The expense of such appeal. (1) Immediately record the specifics of 2. Audit the claim or "suit" and the date re - ceived; and If this Coverage Part is subject to Audit, as in- dicated in the Declarations, then the following (2) Notify us as soon as practicable. Condition applies: You must see to it that we receive written a. The premium shown in the Premium notice of the claim or "suit" as soon as Computation Endorsement as Advance practicable. Premium is a deposit premium. At the close of each audit period, we will com- This requirement will not be considered pute the earned premium for that period. breached unless the breach occurs after If: such claim or "suit" is known to an "au- thorized representative". Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 13 of 23 c. You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or le- gal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. d. No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any ex- pense, other than for first aid, without our consent. 5. First Named Insured The person or organization first named in the Declarations will act on behalf of all other in- sureds where indicated in this Coverage Part. 6. Legal Action Against Us and Loss Pay- ments a. No legal action may be brought against us unless there has been full compliance with all the terms of this Coverage Part nor until the amount of the insured's obli- gation to pay has been finally determined as provided below. No person or organi- zation has any right under this Coverage Part to bring us into any action to deter- mine the liability of the insured. b. We shall be liable for payment of the "ul- timate net loss" for any "occurrence" to which this Coverage Part applies: (1) For "occurrences" not covered by "underlying insurance"; or (2) In excess of the "underlying limit" ap- plicable to the "occurrence" only after the insurers who provide the applica- ble "underlying insurance" have paid or become obligated to pay the amount of the "underlying limit" appli- cable to the "occurrence". Our payment will be made following final determination of the amount of the in- sured's obligation to pay either by final judgment against the insured or by written agreement with the insured, the claimant, the underlying insurers and us. 7. Liberalization If, within 60 days prior to the beginning of this Coverage Part or during the policy period, we make any changes to any forms or endorse- ments of this Coverage Part for which there is currently no separate premium charge, and that change provides more coverage than this Coverage Part, the change will automatically apply to this Coverage Part at the latter of: a. The date we implemented the change in your state; or b. The date this Coverage Part became ef- fective; and will be considered as included until the end of the current policy period. We will make no ad- ditional premium charge for this additional coverage during the interim. 8. Maintenance of Underlying Insurance a. While this Coverage Part is in effect, the insured shall maintain in force the "under- lying insurance" listed in the Schedule of Underlying Insurance as collectible insur- ance. The terms, conditions and en- dorsements of "underlying insurance" will not materially change and renewals or re- placements of "underlying insurance" will not be more restrictive in coverage. b. Limits of "underlying insurance" will not be reduced, except for any reduction or ex- haustion in the aggregate limits of insur- ance due to payment of claims which are in accordance with SECTION I - COVER- AGE, A. Insuring Agreement, Paragraph 2. of this Coverage Part. c. In the event you fail or neglect to maintain "underlying insurance" as required, this Coverage Part will apply as though such "underlying insurance" was in force and collectible at the time a claim is presented to us which is in accordance with SEC- TION I - COVERAGE, A. Insuring Agreement, Paragraph 2. of this Cover- age Part. d. The limits of "underlying insurance" shall be deemed applicable, regardless of any defense which the insurer who provides the "underlying insurance" may assert be- cause of the insured's failure to comply with any Condition of the policy or the ina- bility of the insurer to pay by reason of bankruptcy or insolvency. e. You must notify us in writing as soon as practicable when any "underlying insur- ance" is no longer in effect or the limits or scope of coverage of any "underlying in- surance" is changed. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 14 of 23 9. Other Insurance Based on our reliance upon your repre- sentations as to existing hazards, if unin- a. This insurance is excess over, and shall tentionally you should fail to disclose all not contribute with any other insurance, such hazards at the inception date of this whether primary, excess, contingent or on Coverage Part, we will not reject coverage any other basis. This condition will not ap- under this Coverage Part based solely on ply to insurance specifically written as ex- such failure. cess over this Coverage Part. 12. Separation of Insureds When this insurance is excess, we will have no duty to defend the insured Except with respect to the Limits of Insurance, against any "suit' if any other insurer has and any rights or duties specifically assigned a duty to defend the insured against that in this Coverage Part to the first Named In - "suit". If no other insurer defends and sured, this insurance applies: coverage is otherwise applicable, we will have the right, but not the duty to under- a. As if each Named Insured were the only take to do so, provided that whomever we Named Insured; and agree to defend and the Named Insured b. Separately to each insured against whom assign their rights to us under the policies claim is made or "suit' is brought. of the insurers who did not defend. Such assignment must be in writing. 13. Transfer of Rights of Recovery Against Others to Us b. When this insurance is excess over other insurance, we will pay only our share of a. If the insured has rights to recover all or the "ultimate net loss" that exceeds the part of any payment we have made under sum of: this Coverage Part, those rights are trans- ferred to us. The insured must do nothing (1) The total amount that all such other after loss to impair them. At our request, insurance would pay for the loss in the insured will bring "suit' or transfer the absence of this insurance; and those rights to us and help us enforce (2) The total of all deductible and self- them. insured amounts under all that other b. Any recoveries shall be applied as follows: insurance. (1) First, we will reimburse anyone, in- 10. Premium cluding the insured, the amounts ac- The premium for this Coverage Part shall be tually paid by them that were in ex - as stated in the Declarations. The advance cess of our payments; and anniversary premiums are not subject to (2) Next, we will be reimbursed to the ex - adjustment, except as stated in the Declara- tent of our actual payment; and tions, or as stated in an endorsement issued by us to form a part of this Coverage Part. (3) Lastly, any amounts left after meeting the obligations outlined in (1) and (2) You shall maintain records of such information above will be distributed to anyone as is necessary for premium computation, and else known to us at the time a recov- shall, if requested by us, send copies of such ery is made and who is legally enti- records to us at the end of the "coverage term" tled to such recovery. and at such times during the policy period as we may direct. Expenses incurred in the recovery shall be apportioned among all interests in the 11. Representations ratio of their respective recoveries as fi- a. By acceptance of this Coverage Part, you nally settled. If there is no recovery as a agree that the statements in the Declara- result of our attempts, we shall bear all of tions are your agreements and represen- the recovery expenses. tations, that this Coverage Part is issued c. If prior to an 'occurrence" to which this in reliance upon the truth of such repre- Part would Coverage apply, g pp Y; you and the sentations and that this Coverage Part g issuer of your applicable underlying in - embodies all agreements existing be- surance" listed specifically in the Sched- tween you and us or any of our agents re- ule of Underlying Insurance waive any lating to this insurance. right of recovery against a person or or- b. However, to the extent that the following ganization for injury or damage, we will al - applies in the "underlying insurance" listed so waive any rights we may have against specifically in the Schedule of Underlying such person or organization. Insurance, it will also apply to this Cover- age Part: Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 15 of 23 14. When We Do Not Renew 3. "Auto" means: If we decide not to renew this Coverage Part, we will mail or deliver to the first Named In- sured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be suf- ficient proof of notice. SECTION V - DEFINITIONS "Advertisement" means a notice that is broad- cast or published to the general public or spe- cific market segments about your goods, products or services for the purpose of attract- ing customers or supporters. "Advertisement' includes a publicity article. For the purposes of this definition: a. Notices that are published include materi- al placed on the Internet or on similar electronic means of communication; and b. Regarding websites, only that part of a website that is about your goods, products or services for the purposes of attracting customers or supporters is considered an "advertisement". 2. "Authorized representative" means: a. If you are: (1) An individual, you and your spouse are "authorized representatives". (2) A partnership or joint venture, your members, your partners, and their spouses are "authorized representa- tives". (3) A limited liability company, your members and your managers are "authorized representatives". (4) An organization other than a partner- ship, joint venture or limited liability company, your "executive officers" and directors are "authorized repre- sentatives". Provided you are not a publicly traded organization, your stockholders are also "authorized representatives". (5) A trust, your trustees are "authorized representatives". b. Your "employees" assigned to manage your insurance program, or assigned to give or receive notice of an 'occurrence", claim or "suit' are also "authorized repre- sentatives". Any land motor vehicle, trailer or semi- trailer designed for travel on public roads; or b. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. "Auto" does not include "mobile equipment". 4. "Bodily injury" means bodily harm or injury, sickness, disease, disability, humiliation, shock, fright, mental anguish or mental injury, including care, loss of services or death result- ing from any of these at any time. 5. "Coverage term" means the following individu- al increment, or if a multi -year policy period, increments, of time, which comprise the policy period of this Coverage Part: The year commencing on the Effective Date of this Coverage Part at 12:01 AM standard time at your mailing address shown in the Declarations, and if a multi- year policy period, each consecutive an- nual period thereafter, or portion thereof if any period is for a period of less than 12 months, constitute individual "coverage terms". The last "coverage term" ends at 12:00 AM standard time at your mailing address shown in the Declarations on the earlier of: (1) The day the policy period shown in the Declarations ends; or (2) The day the policy to which this Cov- erage Part is attached is terminated or cancelled. b. However, if after the issuance of this Cov- erage Part, any "coverage term" is ex- tended for an additional period of less than 12 months, that additional period of time will be deemed to be part of the last preceding "coverage term". 6. "Coverage territory" means anywhere. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically con- trolled equipment. 8. "Employee" includes a "leased worker". "Em- ployee" does not include a "temporary worker". Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 16 of 23 "Executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any similar governing document. 10. "Hostile fire" means one that becomes uncon- trollable or breaks out from where it was in- tended to be. 11. "Impaired property" means tangible property, other than "your product" or "your work", that cannot be used or is less useful because: a. It incorporates "your product" or "your work" that is known or thought to be de- fective, deficient, inadequate or danger- ous; or b. You have failed to fulfill the terms of a contract or agreement, if such property can be restored to use by: The repair, replacement, adjustment or removal of "your product" or "your work"; or b. Your fulfilling the terms of the contract or agreement. 12. "Insured contract" means: A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "property dam- age" by fire or explosion to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement, ex- cept in connection with construction or demolition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, except in con- nection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agree- ment pertaining to your business, other than a contract or agreement pertaining to the rental or lease of any "auto", (including an indemnification of a municipality in connection with work performed for a mu- nicipality) under which you assume the tort liability of another party to pay for "bodily injury", "property damage" or "per- sonal and advertising injury" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement; or g. That part of any contract or agreement entered into, as part of your business, pertaining to the rental or lease, by you or any of your "employees", of any "auto". However, such contract or agreement shall not be considered an "insured con- tract" to the extent that it obligates you or any of your "employees" to pay for "prop- erty damage" to any "auto" rented or leased by you or any of your "employees". Paragraphs f. and g. do not include that part of any contract or agreement: (1) That indemnifies a railroad for "bodily inju- ry", "property damage" or "personal and advertising injury" arising out of construc- tion or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road- beds, tunnel, underpass or crossing. However, if such liability is insured by val- id and collectible "underlying insurance" as listed in the Schedule of Underlying In- surance, this Paragraph (1) shall not ap- ply for such hazards for which insurance coverage is afforded by such "underlying insurance"; (2) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to pre- pare or approve maps, shop draw- ings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the pri- mary cause of the injury or damage; (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for injury or damage arising out of the in- sured's rendering or failure to render pro- fessional services, including those listed in Paragraph (2) above and supervisory, inspection, architectural or engineering activities; (4) That indemnifies an advertising, public re- lations or media consulting firm for "per- sonal and advertising injury" arising out of the planning, execution or failure to exe- cute marketing communications pro- grams. Marketing communications pro- grams include but are not limited to com- prehensive marketing campaigns; con- sumer, trade and corporate advertising for all media; media planning, buying, moni- toring and analysis; direct mail; promotion; sales materials; design; presentations; point -of -sale materials; market research; Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 17 of 23 public relations and new product devel- opment; (5) Under which the insured, if an advertising, public relations or media consulting firm, assumes liability for "personal and adver- tising injury" arising out of the insured's rendering or failure to render professional services, including those services listed in Paragraph (4), above; (6) That indemnifies a website designer or content provider, or Internet search, ac- cess, content or service provider for injury or damage arising out of the planning, ex- ecution or failure to execute Internet ser- vices. Internet Services include but are not limited to design, production, distribu- tion, maintenance and administration of websites and web -banners; hosting web - sites; registering domain names; register- ing with search engines; marketing analy- sis; and providing access to the Internet or other similar networks; (7) Under which the insured, if a website de- signer or content provider, or Internet search, access, content or service provid- er, assumes liability for injury or damage arising out of the insured's rendering or failure to render Internet services, includ- ing those listed in Paragraph (6), above; (8) That pertains to the loan, lease or rental of an "auto" to you or any of your "em- ployees", if the "auto" is loaned, leased or rented with a driver; or (9) That holds a person or organization en- gaged in the business of transporting property by "auto" for hire harmless for your use of an "auto" over a route or terri- tory that person or organization is author- ized to serve by public authority. 13. "Leased worker" means a person leased to you by a labor leasing firm under an agree- ment between you and the labor leasing firm to perform duties related to the conduct of your business. "Leased worker" includes supervi- sors furnished to you by the labor leasing firm. "Leased worker" does not include a "tempo- rary worker". 14. "Loading or unloading" means the handling of property: a. After it is moved from the place where it is accepted for movement into or onto an aircraft, watercraft or "auto"; but "loading or unloading" does not include the movement of property by means of a mechan- ical device, other than a hand truck, that is not attached to the aircraft, watercraft or "auto". 15. "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, dig- gers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in Paragraph a., b., c. or d. above that are not self- propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and genera- tors, including spraying, welding, building cleaning, geophysical explo- ration, lighting and well -servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; Vehicles not described in Paragraph a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not con- struction or resurfacing; or (c) Street cleaning; b. While it is in or on an aircraft, watercraft (2) Cherry pickers and similar devices or "auto"; or mounted on automobile or truck chassis and used to raise or lower c. While it is being moved from an aircraft, workers; and watercraft or "auto" to the place where it is (3) Air compressors, pumps and genera - finally delivered; tors, including spraying, welding, Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 18 of 23 building cleaning, geophysical explo- ration, lighting and well servicing equipment. However, "mobile equipment" does not include any land vehicle that is subject to a compulso- ry or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Any land vehicle subject to a compulsory or financial responsibility law or other motor vehicle insurance law is consid- ered an "auto". 16. "Occurrence" means: a. An accident, including continuous or re- peated exposure to substantially the same general harmful conditions, that results in "bodily injury" or "property damage"; or b. An offense that results in "personal and advertising injury". All damages arising from the same accident, continuous or repeated exposure to substan- tially the same general harmful conditions, act or offense shall be deemed to arise from one "occurrence" regardless of: (1) The frequency of repetition; (2) The number or kind of media used; or (3) The number of claimants. 17. "Personal and advertising injury" means injury, including "bodily injury", arising out of one or more of the following offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution; c. Abuse of process; d. The wrongful eviction from, wrongful entry into, or invasion of the right of private oc- cupancy of a room, dwelling or premises that a person occupies, committed by or on behalf of its owner, landlord or lessor; e. Defamation of character, including oral or written publication, in any manner, of ma- terial that slanders or libels a person or organization or disparages a person's or organization's goods, products or ser- vices; f. Oral or written publication, in any manner, of material that violates a person's right of privacy; g. The use of another's advertising idea in your "advertisement"; I. Discrimination, unless insurance cover- age therefor is prohibited by law or stat- ute. 18. "Pollutants" mean any solid, liquid, gaseous, or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals, petroleum, petroleum products and petroleum by-products, and waste. Waste in- cludes materials to be recycled, reconditioned or reclaimed. "Pollutants" include, but are not limited to, substances which are generally rec- ognized in industry or government to be harm- ful or toxic to persons, property or the envi- ronment regardless of whether the injury or damage is caused directly or indirectly by the "pollutants" and whether: a. The insured is regularly or otherwise en- gaged in activities which taint or degrade the environment; or b. The insured uses, generates or produces the "pollutant". 19. "Products -completed operations hazard": a. Includes all "bodily injury" and "property damage" occurring away from premises you own or rent and arising out of "your product" or "your work" except: (1) Products that are still in your physical possession; or (2) Work that has not yet been complet- ed or abandoned. However, "your work" will be deemed completed at the earliest of the following times: (a) When all of the work called for in your contract has been complet- ed. (b) When all of the work to be done at the site has been completed, if your contract calls for work at more than one site. (c) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service, mainte- nance, correction, repair or replace- ment, but which is otherwise com- plete, will be treated as completed. b. Does not include "bodily injury" or "proper- ty damage" arising out of: in upon another's copyright, trade (1) The transportation of property, unless h. Infringing g pthe injury or damage arises out of a dress or slogan in your "advertisement"; condition in or on a vehicle not owned or or operated by you, and that condition Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 19 of 23 was created by the "loading or un- loading" of that vehicle by any in- sured; or (2) The existence of tools, uninstalled equipment or abandoned or unused materials. 20. "Property damage" means: a. Physical injury to or destruction of tangible property including all resulting loss of use. All such loss of use shall be deemed to occur at the time of the physical injury or destruction that caused it; or b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this insurance, "electronic data" is not tangible property. 21. "Subsidiary" means any organization in which more than 50% of the outstanding securities or voting rights representing the present right to vote for election of directors is owned or con- trolled, directly or indirectly, in any combina- tion, by one or more of the Named Insureds. 22. "Suit" means a civil proceeding in which mon- ey damages because of "bodily injury", "per- sonal and advertising injury" or "property dam- age" to which this insurance applies are al- leged. "Suit" includes: a. An arbitration proceeding in which such money damages are claimed and to which the insured must submit or does submit with our consent; b. Any other alternative dispute resolution proceeding in which such money damag- es are claimed and to which the insured submits with our consent; or c. An appeal of a civil proceeding. 23. "Temporary worker" means a person who is furnished to you to: a. Substitute for a permanent "employee" on leave; or b. Meet seasonal or short-term workload conditions. 24. "Ultimate net loss" means the sum actually paid or payable in the settlement or satisfac- tion of the insured's legal obligation for dam- ages, covered by this insurance, either by ad- judication or compromise. "Ultimate net loss" does not include Defense and Supplementary Payments as described in SECTION I - COV- ERAGE, C. Defense and Supplementary Payments of this Coverage Part. 25. "Underlying insurance" means the insurance listed in the Schedule of Underlying Insurance and the insurance available to the insured un- der all other insurance policies applicable to the "occurrence". "Underlying insurance" also includes any type of self-insurance or alterna- tive method by which the insured arranges for funding of legal liabilities that affords coverage that this Coverage Part covers. 26. "Underlying limit" means the total of the appli- cable limits of all "underlying insurance" less the amount, if any, by which the applicable lim- it of the applicable policy listed in the Schedule of Underlying Insurance has been reduced solely by payment of loss resulting from claims which are in accordance with SECTION I - COVERAGE, A. Insuring Agreement, Para- graph 2. of this Coverage Part. 27. "Workplace" means that place and during such hours to which the "employee" sustaining injury was assigned by you, or any other per- son or entity acting on your behalf, to work on the date of "occurrence". 28. "Your product": a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have ac- quired; and (2) Containers (other than vehicles), ma- terials, parts or equipment furnished in connection with such goods or products. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of your product; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. 29. "Your work": a. Means: (1) Work or operations performed by you or on your behalf; and Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 20 of 23 (2) Materials, parts or equipment fur- nished in connection with such work or operations. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of 'your work"; and (2) The providing of or failure to provide warnings or instructions. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 21 of 23 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART A. SECTION I - COVERAGE, B. Exclusions is modified to add the following: This insurance does not apply to: 1. Any liability: a. With respect to which an insured un- der this Coverage Part is also an in- sured under a nuclear energy liability policy issued by Nuclear Energy Lia- bility Insurance Association, Mutual Atomic Energy Liability Underwriters or Nuclear Insurance Association of Canada, or any of their successors, or would be an insured under any such policy but for its termination up- on exhaustion of its limit of liability; or b. Resulting from the "hazardous prop- erties" of "nuclear material" and with respect to which (1) any person or organization is required to maintain financial protection pursuant to the Atomic Energy Act of 1954, or any law amendatory thereof, or (2) the in- sured is, or had this Coverage Part not been issued would be, entitled to indemnity from the United States of America, or any agency thereof, un- der any agreement entered into by the United States of America, or any agency thereof, with any person or organization. 2. Any liability resulting from the "hazardous properties" of "nuclear material", if a. The "nuclear material' (1) is at any "nuclear facility" owned by, or operat- ed by or on behalf of, an insured or (2) has been discharged or dispersed therefrom; b. The "nuclear material" is contained in "spent fuel" or "waste" at any time possessed, handled, used, pro- cessed, stored, transported or dis- posed of by or on behalf of an in- sured; or c. The injury or damage arises out of the furnishing by an insured of ser- vices, materials, parts or equipment in connection with the planning, con- struction, maintenance, operation or use of any "nuclear facility", but if such facility is located within the United States of America, its territo- ries or possessions or Canada, this Exclusion c. applies only to "property damage" to such "nuclear facility" and any property thereat. B. SECTION V - DEFINITIONS is hereby modi- fied to add the following definitions: 1. "Hazardous properties" include radioac- tive, toxic or explosive properties; 2. "Nuclear material" means "source materi- al", "special nuclear material" or "by- product material"; 3. "Source material", "special nuclear mate- rial" and "by-product material" have the meanings given them in the Atomic Ener- gy Act of 1954 or in any law amendatory thereof; 4. "Spent fuel" means any fuel element or fuel component, solid or liquid, which has been used or exposed to radiation in a "nuclear reactor"; "Waste" means any waste material (a) containing "by-product material' other than the tailings or wastes produced by the extraction or concentration of uranium or thorium from any ore processed pri- marily for its "source material" content, and (b) resulting from the operation by any person or organization of any "nuclear facility" included under the first two para- graphs of the definition of "nuclear facili- ty" 6. "Nuclear facility" means: a. Any "nuclear reactor"; b. Any equipment or device designed or used for (1) separating the isotopes of uranium or plutonium, (2) pro- cessing or utilizing "spent fuel", (3) or handling, processing or packaging "waste"; c. Any equipment or device used for the processing, fabricating or alloying of "special nuclear materials", if at any time the total amount of such materi- al in the custody of the insured at the premises where such equipment or device is located consists of or con- tains more than 25 grams of plutoni- um or uranium 233 or any combina- tion thereof, or more than 250 grams of uranium 235; Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 22 of 23 d. Any structure, basin, excavation, premises or place prepared or used for the storage or disposal of "waste"; and includes the site on which any of the foregoing is located, all operations con- ducted on such site and all premises used for such operations; 7. "Nuclear reactor" means any apparatus designed or used to sustain nuclear fis- sion in a self-supporting chain reaction or to contain a critical mass of fissionable material; 8. "Property damage" includes all forms of radioactive contamination of property. Includes copyrighted material of Insurance US 101 09 20 Services Office, Inc., with its permission. Page 23 of 23 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC PRIMARY AND NON-CONTRIBUTORY COVERAGE ENDORSEMENT - WHERE REQUIRED BY WRITTEN CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA LIABILITY COVERAGE PART SCHEDULE LIMITS OF INSURANCE: $ 5,000,000 Each Occurrence Limit $ 5,000,000 Aggregate Limit COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM, US 101 and US 101 UM, is amended as follows: A. SECTION III - LIMITS OF INSURANCE is It is agreed that this condition does not amended to add the following: apply to the "non-contributory additional 7. For the purposes of this endorsement on- insured's" own insurance program on which they are a named insured. ly, the Limits of Insurance stated in the Schedule of this endorsement and de- However: scribed below will apply on a "primary and non-contributory basis within the parame- a This exception to the Other Insurance ters set forth in SECTION III - LIMITS OF Condition shall only apply if the appli- INSURANCE of the Coverage Part to cable "underlying insurance" applies which this endorsement is attached: on a "primary and non-contributory basis" for such "non-contributory ad - We will not pay more on behalf of a "non- ditional insured" and only to the ex - contributory additional insured" than the tent of the specific limits of insurance lesser of: required in a written contract or a. The Limits of Insurance stated in the agreement on a "primary and non - contributory basis" that is in excess of Schedule of this endorsement; or the "underlying insurance'; and b. The limits of insurance required in a b. It is understood and agreed that the written contract on a primary and insurance provided by this Coverage non-contributory basis" for such "non- Part is excess of: contributory additional insured", but only to the extent the required limits (1) "Underlying insurance" listed in of insurance are in excess of the the Schedule of Underlying In - "underlying insurance"; or surance; c. The Limits of Insurance available af- (2) Any other insurance available to ter the payment of "ultimate net loss" the "non-contributory additional on any insured's behalf from any insured" as an additional insured; claim or "suit". and This provision is included within and does (3) Any other insurance available to not act to increase the Limits of Insurance the "non-contributory additional stated in the Declarations. insured" on which they are not a named insured. B. SECTION IV - CONDITIONS is amended as follows: 2. The following condition is added: 1. Condition 9. Other Insurance is amended 15. As a precedent to the receipt of in- to add the following: surance coverage hereunder, the "non-contributory additional insured" must give written notice of such claim or "suit", including a demand for de - Includes copyrighted material of Insurance US 4096 01 21 Services Office, Inc., with its permission. Page 1 of 2 fense and indemnity, to any other in- surer who had coverage for the claim or "suit" under its policies. Such no- tice must demand the full coverage available and the "non-contributory additional insured" shall not waive or limit such other available coverage. This condition does not apply to the "non-contributory additional insured's" own insurance program on which they are a named insured. C. SECTION V - DEFINITIONS is amended to add the following: 30. "Non-contributory additional insured" means any person or organization: a. Qualifying as an additional insured under SECTION II - WHO IS AN IN- SURED, Paragraph 3. of the Cover- age Part to which this endorsement is attached; and b. Being granted additional insured sta- tus on a "primary and non- contributory basis" in the "underlying insurance" as required in a written contract between an additional in- sured and a Named Insured provid- ed: (1) The written contract or agree- ment is executed before the "oc- currence" resulting in "bodily in- jury', "personal and advertising injury" or "property damage" for which coverage is being sought under this endorsement; and (2) The written contract or agree- ment requires a specific limit of insurance on a "primary and non-contributory basis" that is in excess of "underlying insur- ance". 31. "Primary and non-contributory basis" means that the limits of insurance of the Coverage Part to which this endorsement is attached apply to insured loss on behalf of the "non-contributory additional in- sured" prior to limits of insurance from other insurance in which the "non- contributory additional insured" is a named insured. Includes copyrighted material of Insurance US 4096 01 21 Services Office, Inc., with its permission. Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NAMED INSURED SCHEDULE This Schedule supplements the Declarations. SCHEDULE Named Insured: WESTERN MUNICIPAL CONSTRUCTION SCS CONSTRUCTION INC WESTERN MUNICIPAL CONSTRUCTION OF WYOMING INC WESTCO MACHINERY INC BLACK CANYON LLC APSAALOOKE CONST MGMT SERVICES LLC WESTERN MUNICIPAL CONSTRUCTION OF TEXAS LLC CANYONWOODS LLC CHERRY ISLAND LLC ISLE DEVELOPMENT LLC KJ INVESTMENTS INC TWO SISTERS CONTRACTING LLC CHERRY CREEK ISLAND SUBSTATION LLC IA 905 02 98 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Bond # 9437484 SECTION 00 62 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § 006213-1 PERFORMANCE BOND Page 1 of 4 That we, Western Municipal Construction of Texas. LLC, known as "Principal' herein and Colonial American Casually and Surat yy Company and Fidelity and Deposit Company of Maryland , 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, TPHMI DFW 4047, LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, Three Million One Hundred Twentv Seven Thousand Five Hundred Fiftv Two and no/100--------- Dollars J$3.127.552.00------ 1. lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly 16 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 17 administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number 24-0017 ;and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the11th day of June , 2024, which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as 36"- 30" Water Line To Serve LaPrelle . 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 27 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 28 perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of CITY OF FORT WORTH LaPrelle 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No.105160 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 4 1 extension of the Contract that may be granted on the part of the Developer and/or City, then 2 this obligation shall be and become null and void, otherwise to remain in full force and effect. 3 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 4 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 5 Worth Division. 6 This bond is made and executed in compliance with the provisions of Chapter 2253 of 7 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 8 accordance with the provisions of said statue. 9 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 10 instrument by duly authorized agents and officers on this the �' day of :Nu.tge. 11 20 A . 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ATTEST: (Principal) Secretary PRINCIPAL: Western Municipal Construction of Texas, LLC BY. Signature Name and Title Address: CITY OF FORT WORTH LaPrelle 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No.105160 Revised January 31, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 � ( A k JkA-V l C�Y\v�,U�0. �s2Jr�ai1 Witness as to Principal li 1 Shawna Tjaaland Witness as to Surety CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006213-3 PERFORMANCE BOND Page 3 of 4 402 Gulf Avenue Justin, TX 76247 SURETY: Colonial American Casualty and Surety Company and Fidelity and Deposit Company of Maryland 1299 Zurich Way, 5th Floor, Schaw-nburg, IL 60196 Signature Naomi Gerber Attorney in Fact Name and Title Address: 1299 Zurich Way, 5th Floor Schaumburg, IL 60196 Telephone Number: 847-605-6000 LaPrelle 361N 301N WATER LINE City Project No.105160 006213-4 PERFORMANCE BOND Page 4 of 4 3 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 4 from the by-laws showing that this person has authority to sign such obligation, If 5 Surety's physical address is different from its mailing address, both must be provided. 0 7 The date of the bond shall not be prior to the date the Contract is awarded. E3 CITY OF FORT WORTH LaPrelle 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No.105160 Revised January 31, 2012 006214-1 PAYMENT BOND Page 1 of 3 Bond# 9437484 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Western Municipal Construction of Texas. LLC. known as "Principal' herein, Colonial American Casualty and Surety Company 8 and and Fidality and np.nncit (:Onl aw of Maryland a corporate surety 9 or sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, TPHMI 11 DFW 4047, LLC, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a 12 Texas municipal corporation ("City"), in the penal sum of Three Million One Hundred Twentv 13 Seven Thousand Five Hundred Fiftv Two and no/100---------Dollars ($3.127.552.00------ ). lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 15 which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number 24-0017 ;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 11th day of June , 20 24 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as 36" — 30" Water Line To Serve LaPrelle. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall 27 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 28 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No.305160 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 3 1 then this obligation shall be and become null and void; otherwise to remain in full force and 2 effect. 3 This bond is made and executed in compliance with the provisions of Chapter 2253 of 4 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 5 accordance with the provisions of said statute. 6 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 7 instrument by duly authorized agents and officers on this the 1��` day of 8 7 Wn-r— , 20D14 - 9 PRINCIPAL: Western Municipal Construction of Texas, LLC ATTEST: BY: Signs re (Principal) Secretary A-u'-�'n Witness as to Principal nu MaAcv � m..svt�Qr Name and Title Address: 402 Gulf Avenue Justin, TX 76247 SURETY: Colonial American Casualty and Surety Company and Fidelity and Deposit Company of Maryland CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No.105160 Revised January 31, 2012 ATTEST: (Surety) Secretary jWdA4 Shawna Tjaaland Witness as to Surety Witness 1 006214-3 PAYMENT BOND Page 3 of 3 BY:✓�— Signature Naomi Gerber Attorney in Fact Name and Title Address: 1299 Zurich Way, 5th Floor Schaumburg, IL 60196 Telephone Number: 847-605-6000 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 3 bylaws showing that this person has authority to sign such obligation. If Surety's physical 4 address is different from its mailing address, both must be provided. 5 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 END OF SECTION Rl CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No.105160 Revised January 31, 2012 Bond Number: 9437484 Obligee: TPHMI DFW 4047, LLC and City of Fort Worth ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Naomi Gerber , its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 10th day of October, A.D. 2023. �,,,,,Illlrlrrrrr, ,,,,11111111,, GOSUoUy, 4q ; � INSURpr4i A co h "I", Fes'$}oPPO; ?pa rPP 0g9��y SEAL=' LC) AL °SEAL` ;_l '.�/'rqr ..n•1„ /''pr rrHFW;OP';,P`��,` /'''r�iirnrnnuuN�Q,,``,• ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: RobertD. M1117,ay Vice President .qv: Dawn E. Brown Secretary State of Maryland County of Baltimore On this I Oth day of October, A.D. 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals orsaid Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN'rES'nMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison �V-Afj'' f 7� ?� �=. GENEVIEVE M. MAISON III L y: Pl1BLlNOTARY PUBI OALTIMCRE COUNTY. MD EC..... '� tkjCommissionEr'riosJANU,1RY27.20Y6 "' Innl. Authenticity of this bond can be confirmed at bondvalid ator.zurich na.cotn or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of , ```oacasualfya°.,� �pJl tAINSUqi,,,�Iei�� �"%N% s\k1coin ujp�POy9�s�'�y a��vi\GQP�g9°�% a0°+QPoq"yti50-' ` "SEAL`�/to==o{°SEALm �= OSEALm � Thomas 0. McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 renortsfclai ms0vurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator,zurichna.com or 410-559-8790 006219-1 MAINTENANCE BOND Page 1 of 5 Bond # MNT9437484 1 SECTION 00 6219 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Western Municipal Construction of Texas, LLC, known as "Principal" herein and Colonial American Casualty and Surety Company 9 and FirlalitV and nPnnsit rnima yyof Maryland , a corporate surety (sureties, if more than , 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether 11 one or more), are held and firmly bound unto the Developer, TPHMI DFW 4047, LLC, authorized 12 to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation 13 ("City"), in the sum of Three Million One Hundred Twentv Seven Thousand Five Hundred Fiftv 14 Two and no/100--------- Dollars ($3,127,552.00------ ),,, lawful money of the United States, to be 15 paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made 16 jointly unto the Developer and the City as dual obligees and their successors, we bind ourselves, 17 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 18 presents. 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 21 CFA Number 24-0017 ;and 22 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the 11 th day of June , 20 24 , which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish 26 all materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, the 28 "Work") as provided for in said Contract and designated as 36" — 30" Water Line To Serve 29 LaPrelle; and CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 5 1 2 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 3 accordance with the plans, specifications and Contract Documents that the Work is and will 4 remain free from defects in materials or workmanship for and during the period of two (2) years 5 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 11 7 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 8 receiving notice from the Developer and/or City of the need thereof at any time within the 9 Maintenance Period. 10 11 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 12 any defective Work, for which timely notice was provided by Developer or City, to a completion 13 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 14 full force and effect. 15 16 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 17 noticed defective Work, it is agreed that the Developer or City may cause any and all such 18 defective Work to be repaired and/or reconstructed with all associated costs thereof being 19 borne by the Principal and the Surety under this Maintenance Bond; and 20 21 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 22 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 23 Worth Division; and 24 25 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 26 recoveries may be had hereon for successive breaches. CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 5 CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised January 31, 2012 006219-4 MAINTENANCE BOND Page 4 of 5 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 1,�� day of T U— v2-, 3 20a,4. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 ATTEST: (Principal) Secretary Witness as to Principal CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PRINCIPAL: Western Municipal Construction of Texas, LLC BY: Signature 10 C LC_ U l I SP . VAQ V Q I�Vxo I� Name and Title Address: 402 Gulf Avenue Justin, TX 76247 SURETY: Colonial American Casualty and Surety Company and Fidelity and Deposit Company of Maryland LAPRELLE 361N 301N WATER LINE CITY PROJECT NO.105160 1 2 3 4 5 6 7 8 9 10 ATTEST: 11 12 13 14 (Surety) Secretary 15 16 17 18 4,% V 19 Witness as to Surety Shawna Tjaaland Witness 20 21 006219-5 MAINTENANCE BOND Page 5 of 5 Signature Naomi Gerber Attorney in Fact Name and Title Address: 1299 Zurich Way, 5th Floor Schaumburg, IL 60196 Telephone Number: 847-605-6000 22 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 23 from the by-laws showing that this person has authority to sign such obligation. If 24 Surety's physical address is different from its mailing address, both must be provided. 25 26 The date of the bond shall not be prior to the date the Contract is awarded. 0 CITY OF FORT WORTH LAPRELLE 361N 301N WATER LINE STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised January 31, 2012 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Allan HULTGREN, Naomi GERBER, Brandi DAVIS, Jessica GERBER, Debra ZIMBELMAN of Billings, Montana, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 01 st day of March, A.D. 2024. suauy INSU ,p� `P'00 Con? o�N,..•.. ?4y"'., o, Conn %•p .tg'- PPOgp�o,�. �`pmQ+PPo�ii'-; "¢ijIUSEALm - `00 m o£''n o R9r o_' 3' aSEALv=QSEAL ;??u. Qo�;. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President GrGl/>L 4 (d t666 -_ _- By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this Olst day of March, A.D. 2024, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison GENEVIEVE M. MAISON �; UeLtOoy,z` NOTARYPUBUC BALTIMO ECOUNA7O,2025 My Commission E RY2 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of , III nu,,,,,, `or,w�����un,,,, ���0%J11111u1,,i Casualty aq i,4 J`�` GPN INSUI� ��� `,+ os}l Copp oDc O tiJ % 4Q` PO k�o ' eQ.•........ y OP o "SEALm o= = �SEALmro_ ° "SEAL a - /44. 'OPK`p�`�` Alf. SP � Thomas 0. McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 renortsfclaims n_ zurichna.com 800-626-4577 Authenticity of this bond can be confirmccl at bondvaiida+or.zurichna.com or 410- 5,59-8790 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 Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 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 ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart 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. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the 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 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: none 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: none Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: none 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 - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 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 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods 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 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 'LQ 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CITY PROJECT NO.105160 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CITY PROJECT NO.105160 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CITY PROJECT NO.105160 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. No 22 separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or catalog 31 numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, if a reduction in cost or time results, it will 46 be documented by Change Order. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 1 4. Substitution will be rejected if- 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the Developer's opinion, acceptance will require substantial revision of the 5 original design 6 d. In the City's or Developer's opinion, substitution will not perform adequately 7 the function consistent with the design intent 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. In making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which it 16 is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work, to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: Imo. 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 as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended _Received late By Date Remarks Date Rejected CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Developer and Consultant 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] wy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Though not mandatory, it is highly recommended on infill developer projects. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] 1040 IZI] wl U[am 11130 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 DAP SUBMITTALS 013300-1 DAP SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 013300-2 DAP SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013300-5 DAP SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13 -1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. (Coordination with North Central Texas Council of Governments Clean 19 Construction Specification [remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 — General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 27 1.2 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 33 High Voltage Overhead Lines. 34 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 35 Specification 36 1.3 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 0135 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit 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 013 1 13 E. Water Department Coordination CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August, 30, 2013 0135 13 -3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 F. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 G. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August, 30, 2013 0135 13 -4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 H. Coordination with United States Army Corps of Engineers (USAGE) 18 1. At locations in the Project where construction activities occur in areas where 19 USAGE permits are required, meet all requirements set forth in each designated 20 permit. 21 1. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 J. Dust Control 37 1. Use acceptable measures to control dust at the Site. 38 a. If water is used to control dust, capture and properly dispose of waste water. 39 b. If wet saw cutting is performed, capture and properly dispose of slurry. 40 K. Employee Parking 41 1. Provide parking for employees at locations approved by the City. 42 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 43 Construction Specification [if required for the project] 44 1. Comply with equipment, operational, reporting and enforcement requirements set 45 forth in NCTCOG's Clean Construction Specification. } CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August, 30, 2013 0135 13 -5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 11QI ZI] Icy I[ON I IQ I 12 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August, 30, 2013 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August, 30, 2013 1 2 3 4 Date: EXHIBIT B FORT WORTH DOE NO. xxxx Project Name: 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) C630 MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH LAPRELLE MIN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised JULY 1, 2011 015000-3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs://apps.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160] Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS SNOT USED 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement' will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section l.l.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application 7 CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. See Changes (Highlighted in Yellow). C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised February 14, 2018 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 flit=;701yD1;7Die cyOki A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. The Contractor's selection of a surveyor must comply with Texas Government 27 Code 2254 (qualifications based selection) for this project. 28 1.5 SUBMITTALS 29 A. Submittals, if required, shall be in accordance with Section 0133 00. 30 B. All submittals shall be received and reviewed by the City prior to delivery of work. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Field Quality Control Submittals 33 1. Documentation verifying accuracy of field engineering work, including coordinate 34 conversions if plans do not indicate grid or ground coordinates. 35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 36 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 37 38 1.7 CLOSEOUT SUBMITTALS 39 B. As -built Redline Drawing Submittal CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 2 constructed improvements signed and sealed by Registered Professional Land 3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 4 — Survey Staking Standards) . 5 2. Contractor shall submit the proposed as -built and completed redline drawing 6 submittal one (1) week prior to scheduling the project final inspection for City 7 review and comment. Revisions, if necessary, shall be made to the as -built redline 8 drawings and resubmitted to the City prior to scheduling the construction final 9 inspection. 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Construction Staking 13 1. Construction staking will be performed by the Contractor. 14 2. Coordination 15 a. Contact City and Developer's Project Representative at least one week in 16 advance notifying the City of when Construction Staking is scheduled. 17 b. It is the Contractor's responsibility to coordinate staking such that 18 construction activities are not delayed or negatively impacted. 19 3. General 20 a. Contractor is responsible for preserving and maintaining stakes. If City 21 surveyors or Developer's Project Representative are required to re -stake for 22 any reason, the Contractor will be responsible for costs to perform staking. If 23 in the opinion of the City, a sufficient number of stakes or markings have been 24 lost, destroyed disturbed or omitted that the contracted Work cannot take place 25 then the Contractor will be required to stake or re -stake the deficient areas. 26 B. Construction Survey 27 1. Construction Survey will be performed by the Contractor. 28 2. Coordination 29 a. Contractor to verify that horizontal and vertical control data established in the 30 design survey and required for construction survey is available and in place. 31 3. General 32 a. Construction survey will be performed in order to construct the work shown 33 on the Construction Drawings and specified in the Contract Documents. 34 b. For construction methods other than open cut, the Contractor shall perform 35 construction survey and verify control data including, but not limited to, the 36 following: 37 1) Verification that established benchmarks and control are accurate. 38 2) Use of Benchmarks to furnish and maintain all reference lines and grades 39 for tunneling. 40 3) Use of line and grades to establish the location of the pipe. 41 4) Submit to the City copies of field notes used to establish all lines and 42 grades, if requested, and allow the City to check guidance system setup prior 43 to beginning each tunneling drive. 44 5) Provide access for the City, if requested, to verify the guidance system and 45 the line and grade of the carrier pipe. CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 d) Fire hydrants 2 e) Valves (gate, butterfly, etc.) 3 f) Air Release valves (Manhole rim and vent pipe) 4 g) Blow off valves (Manhole rim and valve lid) 5 h) Pressure plane valves 6 i) Underground Vaults 7 (1) Rim and flowline elevations and coordinates for each 8 Underground Vault. 9 3) Sanitary Sewer 10 a) Cleanouts 11 (1) Rim and flowline elevations and coordinates for each 12 b) Manholes and Junction Structures 13 (1) Rim and flowline elevations and coordinates for each 14 manhole and junction structure. 15 4) Stormwater — Not Applicable 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY iT4 71 71 lw► 9 ZI] basis] V 20 A. A construction survey will produce, but will not be limited to: 21 1. Recovery of relevant control points, points of curvature and points of intersection. 22 2. Establish temporary horizontal and vertical control elevations (benchmarks) 23 sufficiently permanent and located in a manner to be used throughout construction. 24 3. The location of planned facilities, easements and improvements. 25 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 26 areas, utilities, streets, highways, tunnels, and other construction. 27 b. A record of revisions or corrections noted in an orderly manner for reference. 28 c. A drawing, when required by the client, indicating the horizontal and vertical 29 location of facilities, easements and improvements, as built. 30 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 31 construction staking projects. These cut sheets shall be on the standard city template 32 which can be obtained from the Survey Superintendent (817-392-7925). 33 5. Digital survey files in the following formats shall be acceptable: 34 a. AutoCAD (.dwg) 35 b. ESRI Shapefile (.shp) 36 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 37 standard templates, if available) 38 6. Survey files shall include vertical and horizontal data tied to original project 39 control and benchmarks, and shall include feature descriptions 40 PART 3 - EXECUTION 41 3.1 INSTALLERS CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 A. Tolerances: 2 1. The staked location of any improvement or facility should be as accurate as 3 practical and necessary. The degree of precision required is dependent on many 4 factors all of which must remain judgmental. The tolerances listed hereafter are 5 based on generalities and, under certain circumstances, shall yield to specific 6 requirements. The surveyor shall assess any situation by review of the overall plans 7 and through consultation with responsible parties as to the need for specific 8 tolerances. 9 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 10 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 11 1.0 ft. tolerance. 12 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 13 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 14 walkways shall be located within the confines of the site boundaries and, 15 occasionally, along a boundary or any other restrictive line. Away from any 16 restrictive line, these facilities should be staked with an accuracy producing no 17 more than 0.05ft. tolerance from their specified locations. 18 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 19 electric lines, shall be located horizontally within their prescribed areas or 20 easements. Within assigned areas, these utilities should be staked with an 21 accuracy producing no more than 0.1 ft tolerance from a specified location. 22 e. The accuracy required for the vertical location of utilities varies widely. Many 23 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 24 should be maintained. Underground and overhead utilities on planned profile, 25 but not depending on gravity flow for performance, should not exceed 0.1 ft. 26 tolerance. 27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 28 specifications or in compliance to standards. The City reserves the right to request a 29 calibration report at any time and recommends regular maintenance schedule be 30 performed by a certified technician every 6 months. 31 1. Field measurements of angles and distances shall be done in such fashion as to 32 satisfy the closures and tolerances expressed in Part 3.1.A. 33 2. Vertical locations shall be established from a pre -established benchmark and 34 checked by closing to a different bench mark on the same datum. 35 3. Construction survey field work shall correspond to the client's plans. Irregularities 36 or conflicts found shall be reported promptly to the City. 37 4. Revisions, corrections and other pertinent data shall be logged for future reference. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 APPLICATION 42 3.5 REPAIR / RESTORATION 43 A. If the Contractor's work damages or destroys one or more of the control 44 monuments/points set by the City or Developer's Project Representative, the monuments 45 shall be adequately referenced for expedient restoration. CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 1. Notify City or Developer's Project Representative if any control data needs to be 2 restored or replaced due to damage caused during construction operations. 3 a. Contractor shall perform replacements and/or restorations. 4 b. The City or Developer's Project Representative may require at anytime a 5 survey "Field Check" of any monument or benchmarks that are set be verified 6 by the City surveyors or Developer's Project Representative before further 7 associated work can move forward. 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL 10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 11 City or Developer's Project Representative in accordance with this Specification. This 12 includes easements and right of way, if noted on the plans. 13 B. Do not change or relocate stakes or control data without approval from the City. 14 3.8 SYSTEM STARTUP 15 A. Survey Checks 16 1. The City reserves the right to perform a Survey Check at any time deemed 17 necessary. 18 2. Checks by City personnel or 3' party contracted surveyor are not intended to 19 relieve the contractor of his/her responsibility for accuracy. 20 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction 2/14/2018 M Owen Staking and As -Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised February 14, 2018 017423-1 DAP CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 105160 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 105160 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 105160 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO. 105160 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 1/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE 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. CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation 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 CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking 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. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 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 8 CITY OF FORT WORTH LAPRELLE 36IN 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 PX 23 24 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other 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 CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.105160 Revised April 7, 2014 Appendix GC-4,502 Subsurface and Physical Conditions GEOTECHNICAL EXPLORATION LA PRELLE Off Blue Mound Road West Fort Worth, Texas ALPHA Report No. W220418 June 6, 2022 Prepared for: TPHMI DFW 4047, LLC 6201 West Plano Parkway, Suite 150 Plano, Texas 75093 Attention: Mr. Bruce French Prepared By: ALPHA /TESTING WHERE IT ALL BEGINS ALPHA/N TESTING WHERE IT ALL BEGINS June 6, 2022 Geotechnical Construction Materials Environmental TBPE Firm No. 813 TPHMI DFW 4047, LLC 6201 West Plano Parkway, Suite 150 Plano, Texas 75093 Attention: Mr. Bruce French Re: Geotechnical Exploration La Prelle Off Blue Mound Road West Fort Worth, Texas ALPHA Report No. W220418 5058 Brush Creek Road Tel: 817-496-5600 Fort Worth, Texas 76119 Fax: 817-496-5608 www.alphatesting.com Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Bruce French on February 7, 2022 and performed in accordance with ALPHA Proposal No. 89118 dated February 7, 2022. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of residential foundations. ALPHA TESTING, LLC appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, ALPHA TESTING, LLC r � � Karina Cohuo Geotechnical Project Manager KC/GSF-BJH/nl Copies: (1-PDF) Client . -BRIAN J. HOYT.:..,- 115748 .r June 6, 2022 Brian J. Hoyt, P.E. Regional Manager TABLE OF CONTENTS ALPHA REPORT NO. W220418 1.0 PURPOSE AND SCOPE.................................................................................................... 1 2.0 PROJECT CHARACTERISTICS...................................................................................... 1 3.0 FIELD EXPLORATION.................................................................................................... 2 4.0 LABORATORY TESTS.................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS...................................................................... 2 6.0 DESIGN RECOMMENDATIONS.................................................................................... 3 6.1 Possible Fill and Existing Ponds............................................................................. 3 6.2 Slab -on -Grade Foundations.................................................................................... 4 6.2.1 Subgrade Improvement Using Moisture Conditioning in Zone IV ............. 6 6.2.2 Alternative to Plastic Sheeting and Moisture Conditioning inZones III and IV...................................................................................... 7 6.3 Post -Tensioning Institute, Design of Post -Tensioned Slab -on -Grade .................... 7 6.4 Drainage and Other Considerations........................................................................ 7 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES ............................. 8 7.1 Site Preparation and Grading.................................................................................. 9 7.2 Foundation Excavations........................................................................................ 10 7.3 Fill Compaction.................................................................................................... 11 7.4 Utilities..................................................................................................................11 7.5 Groundwater......................................................................................................... 12 8.0 LIMITATIONS.................................................................................................................12 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figure IA and 1B B-1 Methods of Laboratory Testing Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W220418 11t% 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for TPHMI DFW 4047, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of geotechnical design parameters for the subject construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the project site. Engineering analyses were performed from results of the field exploration and laboratory tests performed on representative samples. ALPHA performed a preliminary geotechnical exploration at the subject site issued under Report No. W210317 dated March 22, 2021, which was reviewed in preparation of this report. 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. 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 2.0 PROJECT CHARACTERISTICS It is proposed to develop a residential subdivision (La Prelle) on a tract of land located north of Blue Mound Road West, about one-half a mile east of US 81 Frontage Road in Fort Worth, Texas. A site plan illustrating the subject site is provided as Figure IA and 1B, the Boring Location Plan, in the Appendix. At the time the field exploration was performed, the site consisted of agricultural crop land. Some agricultural buildings were observed in the northern half of the site. A gas well pad was also observed in the vicinity of the borings 81, 82 and 91. Two ponds were observed between Borings 4, 110 and 111. A creek extends from the ponds toward the southern limit of the site. A secondary creek branches off in the vicinity of Boring 114 towards the western limits of the site. Historical aerial images available from Google Earth® indicate stockpiles of material have been staged near Borings 4, 5, 9, 10, 19, 20 24 and 32. No information regarding previous development in the project area was provided to us. Grading plans prepared by BGE, Inc. (Project No. 6189-00, Sheets 5 through 20, dated March 2022) indicate the site generally slopes down to the north about 19 ft (Appx. Elev. 773 ft to 754 ft). These grading plans also indicate cuts of up to 9 ft and fills of up to 7 ft will be required to achieve final grade in the building pad areas. I ALPHA Report No. W220418 Present plans provide for the construction of new residential buildings. The new structures are expected to create light loads to be carried by the foundations. It is also anticipated the new structures will be supported using post -tensioned slab -on -grade foundations designed for potential seasonal movements of 4`/z inches or less. No below grade slabs are planned. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 115 test borings. 108 test borings were drilled to a depth of about 20 ft and seven (7) test borings were drilled to a depth of about 10 ft. The borings were drilled in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. The approximate location of each test boring is shown on the Boring Location Plan, Figure IA and 1B, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the Log of Boring sheets included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, these 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. 4.0 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 residential foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on the Log of Boring sheets in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the site lies primarily within the undivided Pawpaw, Weno Limestone, and Denton Clay formation. The undivided Limestone and Duck Creek formation encroaches into the northwest corner of the site. These undivided formations generally consist 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 can be highly variable at/near geological interfaces. Subsurface conditions encountered in Borings 1 through 108 generally consisted of clay to depths of about 1 ft to 14 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 110, 111, 113 and 115 generally consisted of clay to depths of about 3 ft to 8 ft below the ground surface underlain by limestone extending to the 10 ft termination depth. Subsurface conditions encountered in Borings 109, 112 and 114 generally consisted of clay extending to the 10 ft termination depth of the borings. The upper 2 ft of clay encountered in Boring 24 was visually classified as possible fill. More detailed stratigraphic information is presented on the attached Log of Boring sheets. Pj ALPHA Report No. W220418 The clay and limestone 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. Groundwater was encountered on drilling tools during drilling in Boring 113 at depth of about 7 ft below the ground surface. No free groundwater was encountered in the remaining borings. It is common to encounter seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone) interface and from fractures within 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 Log of Boring sheets provided in the Appendix. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the project criteria change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. The following design recommendations were evaluated based on final grades as indicated on the referenced grading plans and discussed in Section 2.0. Cutting and filling on the site other than depicted on the referenced grading plans can alter the recommended foundation design parameters. Therefore, it is recommended our office be provided with final grading plans prior to construction to verify appropriate design parameters are utilized for final foundation design. 6.1 Possible Fill and Existing Ponds As discussed in Section 2.0 and 5.0, historical aerial photography available from Google EarthO indicate stockpiles of material have been staged near Borings 4, 5, 9, 10, 19, 20 24 and 32. In addition, development has occurred onsite in the past. Although not encountered in the borings, existing fill material may be present on the property in areas that were not explored. If compaction records for existing fill cannot be obtained, the existing fill should be considered as uncontrolled fill. Uncontrolled fill is generally not considered suitable for support of foundations due to the risk of under -compacted zones resulting in failures of weak soil and/or indeterminate levels of settlement. Any existing uncontrolled fill should be removed from the building pad area and replaced with engineered fill as recommended in 6.2 or Section 7.3 as applicable. The excavated materials may be suitable for reuse as engineered fill provided they are free of organics, boulders, rubble, and other debris. The lateral extent, depth and nature of the fill is not known. Test pits could be performed prior to construction to verify the lateral extent, depth, and nature of the fill. ALPHA would be pleased to provide this service if desired. ALPHA Report No. W220418 As discussed in Section 2.0, two ponds and associated creeks are located between Borings 4, 110 and 111. Ponds and creeks should be thoroughly dewatered and any soft and/organic material be de -mucked out to expose a firm subgrade prior to backfilling. The depths of the ponds and creeks are unknown. Even if fill is properly compacted as recommended in Section 7.3, 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 backfilling pond in areas where foundations are planned. 6.2 Slab -on -Grade Foundations Slab -on -grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native soils, on limestone, on general fill placed as recommended in Section 7.3 or on a moisture improved subgrade placed as recommended in Section 6.2.1. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. To reduce cracking as normal movements occur in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post - tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab -on -grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab -on -grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I, II, III and IV and delineated on the Boring Location Plan, Figure 1 A and 1 B. Subgrade improvement in the respective Zones (see Figure IA and 1B) should be performed using the information summarized in Table A. 4 ALPHA Report No. W220418 TABLE A Estimates of Potential Seasonal Movements and Required Subgrade Improvement ZONE ESTIMATED POTENTIAL IMPROVEMENT REQUIRED TO REDUCE MOVEMENT, INCHES MOVEMENTS TO 41/2 INCHES I Up to 2 II Up to 41/2 III Up to4%21 IV About 7 No Improvement Required No Improvement Required Cover General Fill with Plastic Sheeting 4 ft of Moisture Conditioning #t\ 1 Plastic sheeting (6 to 8 mil thickness) should be placed immediately after grading with general fill for long-term maintenance of the moisture content of the general fill and underlying native soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Potential movements could be about 7 inches in Zone IV if plastic sheeting is not placed as recommended. Potential seasonal movements were estimated using results of absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in -situ soil within the normal zone of seasonal moisture content change varies between a "current" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding those predicted herein could occur if construction commences after an extended dry period, if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off -site locations. Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 48 or less. If the plasticity index of material used to raise the grade is higher than 48, potential movements could be higher than our estimates. Potential movements estimated for slab foundations in Zone IV (see Figure IA and 113 for delineation of Zones) are considered outside normal design tolerances. Movement of slab foundations in Zone IV could be reduced to not more than 41/2 inches if the upper 4 ft of soil below final grade, as summarized in Table A, are moisture conditioned and then covered with an impermeable plastic barrier (polyethylene sheeting). Moisture conditioning recommendations are provided in Section 6.2.1. In choosing moisture conditioning as a method of slab movement reduction, the Client is accepting some post construction movement of slabs (about 4%2 inches). Therefore, the Client understands and acknowledges that in the geographical region covered by this report, a potential movement of 41/2. inches is considered a reasonable compromise between foundation design and construction cost and the amount of allowable movement of the foundation. ALPHA Report No. W220418 fit Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and not the entire residential lot. Accordingly, planned residences must be exclusively constructed at the designated pad locations and at final grades as indicated on the referenced grading plans. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation, and should be followed by the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral extent of the plastic sheeting and to confirm that no portion of the new residences will extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond the designated building pad, ALPHA should be contacted for additional design recommendations. 6.2.1 Subgrade Improvement Using Moisture Conditioning in Zone IV Estimated potential movements of slab foundations in Zone IV could be reduced to about 4'/2 inches by moisture -conditioning the uppermost 4 ft of soil below final grade as recommended in Table A. Limestone could be encountered within the recommended depth of moisture conditioning, particularly near zone boundaries. It is not required to over -excavate limestone to install moisture conditioned soil. Moisture -conditioning consists of over -excavating (where necessary) and/or filling with on -site soil that is compacted at a "target" moisture content at least 5 (but not more than 7) percentage points above the material's optimum moisture content as determined by the standard Proctor method (ASTM D 698). The moisture -conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture -conditioning with on -site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the designated building pad (as indicated on the referenced project grading plans). Plastic sheeting (6 to 8 mil thickness) should be placed above the moisture -conditioned soil for long-term maintenance of the moisture content of the conditioned soil. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Following completion of moisture -conditioning and placement of the plastic sheeting, estimated movements should not exceed about 4'/z inches. The purpose of moisture -conditioning is to reduce the free swell of the moisture - conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the "target" moisture content for moisture -conditioning (estimated at 5 percentage points above the material's optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness, moisture content, and density. 6 ALPHA Report No. W220418 11tX 6.2.2 Alternative to Plastic Sheeting and Moisture Conditioning in Zones III and IV Due to the presence of shallow limestone across some areas of the site, we expect some of the fill material generated from site grading will consist of processed limestone and/or lean clay and limestone mixtures. As an alternative to placing plastic sheeting above general fill in Zone III, potential seasonal movements could be maintained at about 4%2 inches or less by placing low PI material to raise the grade in the lots. As an alternative to moisture conditioning with plastic sheeting in Zone IV, potential seasonal movements could be reduced to about 4'/2 inches by substituting low PI material in lieu of moisture conditioned soil to depths below final grade as summarized in Table A. Low PI material could consist of processed limestone and/or lean clay with a plasticity index of 20 or less. 6.3 Post -Tensioning Institute, Design of Post -Tensioned Slab -on -Grade Tables A and B contains information for design of the post -tensioned, slab -on -grade foundations. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement = 2 inches in Zone 1 Edge Moisture Distance (em), ft Differential Soil Movement (ym), inches Edge Lift Center Lift 4.3 8.0 1.6 (swell) 1.2 (Shrink) TABLE C PTI Design Parameters Potential Seasonal Movement = 4`/2 inches In Zone II and after subgrade improvement in Zones III and IV as recommended in Section 6.2 Edge Lift Center Lift Edge Moisture Distance (em), ft 4.3 8.0 Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink) 6.4 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is ALPHA Report No. W220418 11tX essential. In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post -construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab systems: • Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structures. • Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. • Moisture conditions should be maintained "constant" around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. • Planter box structures placed adjacent to building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. • Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. • The root systems from existing trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near -maximum swell potential. Clay soils surrounding tree root mats in areas to be covered with grade slabs (including but not limited to foundations, driveways, patios and sidewalks) should be removed to a minimum depth of 1 ft below the root ball and compacted in -place with moisture and density control as described in Section 7.3. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES 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. ALPHA Report No. W220418 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. 7.1 Site Preparation and Grading Possible fill was encountered in the upper 2 ft of Boring 24. Historical aerial images available from Google Earth® indicate stockpiles of material have been staged near Borings 4, 5, 9, 10, 19, 20, 24 and 32. Although not encountered in the borings, existing fill materials can contain organics, boulders, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA can provide this service if desired. Limestone was encountered within 4 ft of the ground surface in several of the borings and could be encountered during general excavation and grading 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 slab foundations, flatwork or areas to receive new fill should be properly prepared. • 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 10 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 Section 7.3. • 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 Section 7.3. 9 ALPHA Report No. W220418 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 Section 7.3, 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. 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 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. 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, excavations should be slightly deepened and cleaned, in order to provide a fresh bearing surface. 10 ALPHA Report No. W220418 7.3 Fill Compaction The following are recommendations pertaining to general fill compaction. Moisture conditioned soil should conform to the recommendations provided in Section 6.2. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 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 6 percentage points above optimum. Clay soils 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 materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone 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. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, 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. 7.4 Utilities Where utility lines are deeper than 10 ft, 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. 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 pavement over utility lines and/or other areas with deep fill. 11 ALPHA Report No. W220418 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. 7.5 Groundwater Groundwater was encountered in Boring 113 at depth of about 7 ft below the ground surface. From our experience, additional shallow 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. Also, 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. 8.0 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 these services. ALPHA 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 in Section 2.0. 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 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- 12 ALPHA Report No. W220418 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 is not responsible for damages resulting from workmanship of designers or contractors. 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. 13 #t\ APPENDIX ALPHA Report No. W220418 11t\ A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 115 test borings were performed for this geotechnical exploration. The approximate locations of the borings are shown on the Boring Location Plan, Figure IA and 113. The test boring locations were staked using a handheld GPS unit or by pacing/taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the methods used to define them. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin -wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and evaluated visually. One representative portion of each sample was sealed in a plastic bag for use in future visual evaluation and possible testing in the laboratory. A modified version of the Texas Cone Penetration (TCP) test was completed in the field to determine the apparent in -place strength characteristics of the rock type materials. A 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches is the basis for TxDOT strength correlations. In this case, ALPHA has modified the procedure by using a 140-pound hammer dropping 30-inches for completion of the field test. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field log and are shown on the Log of Boring sheets as "TX Cone" (reference TxDOT Test Method TEX 132-E, as modified). Logs of the borings are included in the Appendix. The logs show visual descriptions of subsurface strata encountered using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. B-109 - IB-110- _ _ r P-1 .#} - B4 F B B8� ! � P-3 B-111 y / v/ E B-19 ti P-7 B-112 i . / i P-8 63 II-34 -11 /� ✓ B-3: B-113 B-42 B-43 B-44 IN I;. B 51 B-52; Nil I > GEOTECHNICAL EXPLORATION LAPRELLE LAYOUT OFF BLUE MOUND ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W220418 ALOHA'kTEST ING. INHERE IT ALL BEGINS FIGURE IA APPROXIMATE PRELIMINARY BORING LOCATION (W210317) APPROXIMATE BORING LOCATION EZZONE I =ZONE M GZONE II zoxE ry BORING LOCATION PLAN f: 4 3 *1 GEOTECHNICAL EXPLORATION LAPRELLE LAYOUT OFF BLUE MOUND ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W220418 y 'I • r ti i ALOHA'kTEST ING. INHERE IT ALL BEGINS FIGURE Ill B-31 kL P ft r B-105"mm"" m APPROXIMATE PRELIMINARY BORING LOCATION (W210317) APPROXIMATE BORING LOCATION ZONEI ZONE II BORING LOCATION PLAN ALPHA Report No. W220418 11tX B-1 METHODS OF LABORATORY TESTING Representative samples were evaluated and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and dry unit weight determinations were performed on selected samples. In addition, pocket -penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of these laboratory tests are provided on the Log of Boring sheets. In addition to the Atterberg-limit tests, the expansive properties of the clayey soils were further analyzed by absorption swell tests in general accordance with ASTM D 4546. The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of these laboratory tests are provided on the Log of Boring sheets. ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S a);= _ x E o 0t6 c' E E c o >� 3 Y 6Lc aw� °C -JoNCE Coo cc) o°o .SozapJ y cn X c ca ° .E m a Ha a- Z 3 a 4.0 27 79 26 53 2.0 13.0 100/ )875 .875' 100/ ).625625' 100/ ).625625' 100/ 20.0 , ).625' ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Brown and Light Brown CLAY with limestone fragments and calcareous deposits — j Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 4.5+ 27 2.0 4.5+ 12 40 18 22 4.0 100/ 2.0" 13.0 100/ )375 .375' 100/ ).625625' 100/ 20.0 , ).375' ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Client: Tri Pointe Homes Location: Haslet, Texas Project: La Prelle Tract (373 Acres) Surface Elevation: Start Date: 2/12/2021 End Date: 2/12/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY - with rocks at 2-4 ft j Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams _10 _15 20_ TEST BORING TERMINATED AT 20 FT 4.0 8.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x o E E o >� NC 3 Y E 6L N� w OC Jo� J y5oza a ow oo .S 3 (n o0 Z Jaxc m �a a- a 100/ 1.75" 6 100/ 6 1.0" 100/ ).625625' 100/ 20.0 , ).375' 4.5+ 19 4.5+ 20 45 23 22 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Client: Tri Pointe Homes Location: Haslet, Texas Project: La Prelle Tract (373 Acres) Surface Elevation: Start Date: 2/12/2021 End Date: 2/12/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E 2 E - a> ;= _ x 0 SZOn Rods (ft): NONE T �� N U� �� j E E C c Drilling (f): DRY �o 3 o vZAfter 7(f) a o c , v - aoo a 3 cn o o MATERIAL DESCRIPTION jDark Brown CLAY — 4.0 27 - with rocks at 2-3 ft 3.5 26 71 25 46 _ 3.0 Tan LIMESTONE with clay seams and layers 00/ — 5 , . 22525" 00/ — 10 — , 375' ).375 _ 12.0 Gray LIMESTONE with shale seams 00/ — 15 — , 375' ).375 100/ 20 20.0 , ).375' TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown and Brown CLAY - with limestone fragments at 2-4 ft Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 4.5 25 4.5+ 25 84 28 56 4.0 100/ 2.375' 12.0 100/ 1.25" 100/ 0.75" 100/ 20.0 L ).37 ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Brown CLAY with calcareous deposits and limestone fragments — j Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams —15— 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 4.5+ 12 49 21 28 2.0 4.5+ 15 4.0 100/ 2.75" 12.0 100/ 1.25" 100/ ).875875' 100/ 20.0 L ).62 ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown and Brown CLAY Tan LIMESTONE with clay seams and layers _5 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 3.5 25 73 24 49 2.0 31 4.0 100/ )875 .875' 100/ ).625625' 100/ 15.0 , ).875' 100/ 20.0 , ).625' ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments 1Tan Tan CLAY with calcareous deposits and limestone fragments LIMESTONE with clay seams and layers _5_ _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 4.5+ 21 2.0 4.5+ 12 41 18 23 4.0 100/ 2.75" 12.0 100/ 1.25" 100/ ).625625' 100/ 20.0 L ).62 ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY - with rocks at 3-4 ft Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 3.0 30 3.5 28 89 29 60 4.0 100/ 1.75" 13.0 100/ 1.125 .125' 100/ ).875875' 100/ 20.0 , ).625' ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY - with calcareous deposits and limestone fragments at 2-4 ft Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 2.5 29 71 23 48 4.5+ 22 4.0 100/ 2.75" 13.0 100/ ).625625' 100/ ).625625' 100/ 20.0 , ).375' ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 155 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Client: Tri Pointe Homes Location: Haslet, Texas Project: La Prelle Tract (373 Acres) Surface Elevation: Start Date: 2/12/2021 End Date: 2/12/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown and Light Brown CLAY with calcareous jdeposits and limestone fragments j j _5 Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 13.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) ;= _ x E E o 2 N� 00 0o 0E tea) N m� w � C o J o J � y 0 a ow oz a° o .S c a� p�� U n .5 3 (n 0 x c c o� o a Z c J a �a a- a 1 1.5" 100/ ).625625' 100/ 20.0 , ).625' 2.5 25 2.0 23 2.5 28 44 19 25 0.4 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Tri Pointe Homes Location: Haslet, Texas La Prelle Tract (373 Acres) Surface Elevation: 2/12/2021 End Date: 2/12/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments Tan CLAY with calcareous deposits _5� j j Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 2.0 8.0 12.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x o E E o �' N� >C1 3 00 Y E �E 6L oar N m� w o C O J o J y a ow oz ao o .S c a� p�� U n .5 3 Z �a a- a 1 4.0 29 100/ 1.125 .125' 100/ ).875875' 100 20.0 L ).62 / 4.5+ 15 46 20 26 12 4.5+ 16 Me ALPHA , TESTING 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 19 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W210317 WHERE IT ALL BEGINS www.alphatesting.com Client: Tri Pointe Homes Location: Haslet, Texas Project: La Prelle Tract (373 Acres) Surface Elevation: Start Date: 2/12/2021 End Date: 2/12/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown and Brown CLAY with limestone fragments Light Brown CLAY with calcareous deposits and 5 limestone fragments Tan LIMESTONE with clay seams and layers _10 _15_ Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x o E E o >� NC 3 Y E 6Lc N��a OC Jo� J y oW oo .Soza a pw� Z � a a a 1 4.0 23 67 23 44 4.0 8.0 100/ 2.25" 100/ 1.5" 18.0 100/ 20.0 ).625' 4.0 25 4.5+ 13 4.0 18 0.3 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/2/2022 End Date: 4/2/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments and calcareous deposits Tan CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 16 51 18 33 2.0 4.5+ 3 3.0 100/ 3.50" 100/ 10.0 , 3„ 6 100/ 1" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/2/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/2/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C J O -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 3.5 31 2.0 100/ 3.0 6.25" 100/ 2.50" 100/ 10.0 k 1 100/ 0.75" 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/2/2022 End Date: 4/2/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 3.5 29 1.0 100/ 100/ 1.50" 100/ 10.0 , 1.25" 6 100/ 1" 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/1/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/1 /2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °°E °a� mc, ° ° -o .2 a °W oZ o a° o c o� p�� Ha a- Z 4.0 29 63 24 39 2.0 175 13 4.75" 100/ 2.25" 100/ 10.0 , 1.25" 100/ 1.50" 100/ 20.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/1/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 _15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 5Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/1 /2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °°E °a� mc, ° ° -o .2 a °W oZ o a° o c o� p�� Ha a- Z 4.5+ 17 2.0 100/ 9.50" 13" 9.0 100/ 1" 100/ 0.25" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/4/2022 End Date: 4/4/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 3.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 100/ 5.25" 12" 12" 100/ 1.1 20.0 L 4.5+ 17 4.5+ 9 36 17 19 1.7 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/4/2022 End Date: 4/4/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown and Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams _10_ 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o -SC: a� (n CU U x� oU o a Z C J a Ha a- 4.5+ 17 2.0 100/ 6.50" 100/ 3.25" 7.0 100/ 2.25" 100/ 1.75" 100/ 20.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/4/2022 End Date: 4/4/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits — 3.0 30 _ 2.0 Brown CLAY — 4.5+ 12 53 18 35 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.75" 100/ L 10 10.0 1 Gray LIMESTONE with shale seams 100/ — 15 — , 0.75" 100/ 20 20.0 , 0.50" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/1/2022 End Date: 4/1/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits at 2' to 3' Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5 35 1" 4 100/ 10.0 , 0.50" 6 100/ 1" 100/ 20.0 , 0.75" 4.5+ 22 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/1/2022 End Date: 4/1/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown and Tan CLAY with calcareous deposits Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 Gray LIMESTONE with shale seams _10 15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 3.5 24 2.0 4.5 12 38 18 20 3.0 100/ 5.25" 9.0 100/ 0.7575" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 11 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/4/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 21 2.0 100/ 5.75" 100/ 4.25" 6 100/ 1" 100/ 0.50" 16.0 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION YOM Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 12 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/4/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 11 49 21 28 2.0 100/ 5.50" 1" 4 100/ 10.0 , 1.25" 6 100/ 1" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/4/2022 End Date: 4/4/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 Gray LIMESTONE with shale seams _10 15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW oZ 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 4.5+ 19 2.0 4.5+ 12 47 18 29 2.8 3.0 100/ 1.50" 9.0 100/ 0.7575" 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/4/2022 End Date: 4/4/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 Gray LIMESTONE with shale seams _10_ _15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a-� 4.0 22 2.0 3.0 4.5+ 12 100/ 3.75" 9.0 100/ 1.25" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 155 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/4/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 20 2.0 100/ 8.75" 17" 100/ 1.25" 100/ 1" 16.0 100/ 20.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/4/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 9 52 19 33 2.0 100/ 8.75" 100/ 4.50" 6 100/ 1" 100/ 1.50" 17.0 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/4/2022 End Date: 4/4/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a-� 4.5+ 19 2.0 3.0 3.5 5 12.0 00/ 375 .75" 13" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: 4/ Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams _10_ 15 20 TEST BORING TERMINATED AT 20 FT Location: Fort Worth, Texas Surface Elevation: 4/2022 West: North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x N� >C1 3 :b Y uE 6L N �a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J o T Ha a- 4.5+ 2.0 100/ 7" 100/ 3" 7.0 00/ 1.5050" 6 100/ 1" 100/ 20.0 , 0.75" 17 51 21 30 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION r Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 12 2.0 100/ 8.25" 0" 3 100/ 1" 11.0 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 20 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 4.5+ 17 2.0 3.0 8 31 16 15 100/ 2.75" 100/ 1" 11.0 100/ 1.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 21 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 22 2.0 100/ 8.75" 100/ 3.75" 100/ 1.25" 6 100/ 1" 18.0 100/ 20.0 66 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 22 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 4.0 32 1.0 100/ 5" 100/ 3.50" 100/ 0.75" 11.0 6 100/ 1" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/6/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 23 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/6/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 2.5 35 81 26 55 2.0 100/ 3.50" 100/ 0.75" 100/ 0.75" 11.0 100/ 0.25" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 24 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown and Brown CLAY with calcareous deposits - possible fill Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (Ibs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW oZ 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 3.75 26 2.0 4.5+ 16 42 20 22 3.0 100/ 8.50" 100/ 10.0 , 5.50" 100/ 2.50" 100/ 20.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 25 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 2.5 40 1.0 16" 12.0 13" 100/ 1.25" 100/ 0.75" 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 26 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 24 2.0 50/ 5" 1" 4 12.0 100/ 1.75" 100/ 1.25" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 5_ _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 27 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 30 4.0 25 78 24 54 4.0 10 25' 12.0 1" 4 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 10 _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 28 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 25 2.0 17" 4.5+ 21 100/ 3.25" 100/ 1.50" 100/ 1.25" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 29 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 4.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.5 22 100/ 1.25" 100/ 10.0 hL 1.50" 100/ 0.75" 100/ 20.0 , 0.50" 4.5 27 83 27 56 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 30 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits 1 Brown and Tan CLAY with calcareous deposits — Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 2.0 4.0 11.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.25 27 100/ 3.50" 100/ 1.75" 100/ 1.25" 100/ 1.1 20.0 L 4.0 11 33 13 20 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 31 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/7/2022 End Date: 4/7/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y �� a, > a c v 7After Hours (ft): a E o� 0 oZ v'- a o ao � o 3 o � o o MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments — 4.5+ 9 _ 2.0 Tan CLAY with calcareous deposits and limestone fragments 4.5+ 13 35 17 18 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 6„ L100/ 10 10.0 2.25" Gray LIMESTONE with shale seams 100/ — 15 — , 1„ 100/ 20 20.0 , 0.75" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 32 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/12/2022 End Date: 4/12/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 22 13" 100/ 10.0 , 4 100/ 1.25" 100/ 20.0 , 1 4.5+ 21 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION YBrown and Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 33 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 7 42 19 23 2.0 100/ 8.25" 100/ 1.75" 100/ 1.50" 11.0 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 34 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/12/2022 End Date: 4/12/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits 1 Tan CLAY with calcareous deposits — Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 2.0 4.0 11.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.5+ 19 100/ 5.50" 100/ 1.25" 100/ 0.75" 20.0 L 100/ 100/ 4.5+ 11 41 17 24 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 35 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 20 2.0 100/ 9.50" 100/ 2.25" 100/ 66 4" 11.0 100/ 1.50" 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 36 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 2.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 3.5 24 4.5+ 20 5.0 4.5+ 13 37 18 19 0.5 100/ 1.25" 12.0 100/ 1.25" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 37 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 3.25 21 4.5 19 65 22 43 100/ 1.75" 100/ 10.0 , 1.25" 6 100/ 1" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 38 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 3.75 28 3.75 25 76 25 51 4.0 15" 12.0 100/ 2.50" 100/ 1" 100/ 1 „ 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 39 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments and calcareous deposits _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.0 21 2.75 28 5.0 3.0 27 76 24 52 1.3 100/ 3.25" 11.0 100/ 1.50" 100/ 1.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/7/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _10 _15 20_ TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 40 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/7/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 8 2.0 13" 100/ 3.25" 8.0 100/ 1.25" 100/ 0.50" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 41 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/7/2022 End Date: 4/7/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y �� a, > a c v 7After Hours (ft): a E o� 0 oZ v'- a o ao � o 3 o � o o MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits — 4.5+ 16 _ 1 2.0 Tan CLAY with calcareous deposits — 4.5+ 11 41 17 24 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 4„ _ 8.0 Gray LIMESTONE with shale seams 100/ — 10 , 1.75" 100/ — 15 — , 0.75" 100/ 20 20.0 , 0.50" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION YOMBrown and Tan CLAY with calcareous deposits jand limestone fragments Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 42 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 9 42 17 25 2.0 13" 12" 100/ 10.0 , 1.25" 12" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown and Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 43 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 17 57 21 36 2.0 100/ 9.75" 16" 100/ 1.75" 11.0 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 44 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 20 2.0 17" 12" 100/ 1.50" 11.0 100/ 0.75" 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 45 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/12/2022 End Date: 4/12/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits at 2' to 4' 4.0 _ Brown CLAY with limestone fragments and calcareous 5 � deposits 6.0 Tan LIMESTONE with clay seams and layers 10 _ 11.0 Gray LIMESTONE with shale seams _15 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.0 26 100/ 6.50" 100/ 3.50" 100/ 1.25" 100/ _20 20.0 , 1 TEST BORING TERMINATED AT 20 FT 3.5 22 4.5+ 13 36 16 20 0.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/6/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 _15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 46 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/6/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 20 2.0 100/ 3.50" 100/ 1.50" 9.0 100/ 1" 100/ 0.50" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 47 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments at 4' to 5' _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 2.5 34 2.5 32 2.5 32 72 24 48 5.0 100/ 4.75" 11.0 100/ 1.75" 100/ 1" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 48 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION r Brown CLAY with calcareous deposits _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 1.5 19 4.5+ 19 4 5.0 100/.5+ 13 3" 11.0 100/ 0.75" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 49 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams 10 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o .S c a� (n U x� oU o a Z C J a Ha a- 4.5+ 14 2.0 100/ 6.75" 100/ 3" 7.0 100/ 66 1" 100/ 0.75" 100/ 20.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/7/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous deposits and limestone fragments j j _5 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 550 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/7/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 4.5+ 16 4.5+ 10 33 14 19 100/ 5.0 9.75" 7.0 100/ 2.75" 100/ 1.25" 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 51 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/12/2022 End Date: 4/12/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n U x� oU o a Z C J a Ha a- 4.5+ 9 1.0 100/ 6.50" 100/ 1.50" 100/ 10.0 , 1 100/ 0.75" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 52 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 17 2.0 12" 13" 100/ 10.066 1 ll 6 100/ 1" 100/ 20.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 53 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY _ 2.0 Brown CLAY with limestone fragments and calcareous deposits _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a-� 4.5+ 4.5+ 4.5+ 100/ 3.25" 100/ 1.75" 12.0 1 100/ 1.25" 100/ 1.1 20.0 L im if 5058BrushCreekRd. BORING NO.: 54 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/12/2022 End Date: 4/12/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� E N oz v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments — 4.5+ 14 _ 2.0 Brown CLAY with calcareous deposits — 4.25 25 — 5 2.5 28 _ 6.0 Tan CLAY with limestone fragments — 2.5 23 59 19 40 8.0 Tan LIMESTONE with clay seams and layers 100/ — 10 , 1.50" _ 13.0 Gray LIMESTONE with shale seams 100/ — 15 , 0.75" 100/ 20 20.0 , 1 TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: rJ55 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments and calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.5 20 IN 100/ 1.25" 100/ 0.25" 20.0 L 100/ 100/ 2.5 30 2.5 28 74 23 51 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 56 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 2.0 34 100/ 5.50" 100/ 6.50" 6 100/ 1" 20.0 L 100/ 100/ 2.5 32 2.5 32 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 57 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/7/2022 End Date: 4/7/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y �� a, > a c v 7After Hours (ft): a E o� 0 oZ v'- a o ao � o 3 o � o o MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits — 4.5+ 22 — 4.5+ 23 4.0 _ Tan CLAY with calcareous deposits 5 4.25 14 40 17 23 0.4 _ 6.0 Tan LIMESTONE with clay seams and layers 100/ 3.25" 100/ 10 10.0 1.50" Gray LIMESTONE with shale seams 100/ — 15 — , 0.75" 100/ 20 20.0 , 0.75" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 558 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams 10 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 15 2.0 4.0 100/ 4" 7.0 100/ 1.75" 6 100/ 1" 100/ 20.0 , 0.50" 4.5+ 12 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 59 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c aC4 0— U (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 4.5+ 13 55 18 37 4 5.0 100/.5+ 13 8.25" 10.0 100/1.75" 100/ 1.25" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 60 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.5+ 21 12" 100/ 1.75" 11.0 100/ 1.50" 20.0 L 1.2 100/ 4.5+ 8 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Brown CLAY with calcareous deposits and limestone fragments j — Tan LIMESTONE with clay seams and layers 5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 61 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) ;= _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 4.5+ 18 4.5+ 9 48 16 32 3.0 100/ 6.50" 100/ 2.50" 11.0 100/ 1" 100/ 20.0 L 1.2 5058BrushCreekRd. BORING NO.: 62 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/13/2022 End Date: 4/13/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > c a, a v .� 7After Hours (ft): a o� oz E N v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 22 _ 2.0 Brown CLAY with calcareous deposits and limestone fragments — 4.5+ 19 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 — 7.75" , 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 100/ 1.75" 100/ 1.25" 100/ 20.0 L 1.2 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 63 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with limestone fragments 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 19 4.0 6.0 100/ 4.75" 100/ 1" 12.0 100/ 1" 20.0 L 1.2 100/ 4.5+ 18 4.0 14 38 16 22 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 64 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 4.0 11.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 22 Is 100/ 0.75" 100/ 1.25" 20.0 L 100/ 100/ 3.0 24 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 65 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 / Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.5 32 4.25 24 3.5 24 2.75 27 76 24 52 8.0 4.5+ 9 9.0 100/ 2" 12.0 100/ 2.25" 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 66 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments and calcareous deposits 5 at 4' to 8' Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 8.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 19 100/ 1.75" 100/ 1.25" 100/ 1.1 20.0 L 4.5+ 18 4.5 23 78 26 52 3.5 17 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 67 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits at 4' to 6' 5 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a OW oZ a° o c a� p�� U n •2 3 (n � x OU - o O Z cd J d Ha a- 3 1 4.5+ 16 6.0 100/ 5' 9.0 100/ 2.5050" 100/ 1" 100/ 20.0 1 4.5+ 11 4.5+ 12 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 68 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments at 2' to 4' Tan CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 15 20 TEST BORING TERMINATED AT 20 FT 4.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 4.5+ 22 4.5+ 11 3 7.0 100/.75 12 6" 100/ 1.50" ON 100/ 20.0 kk 0.75" 0.9 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 69 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments and calcareous deposits at 2' to 6' 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 11.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.25 22 100/ 4" 100/ 1.75" 100/ 1.25" 100/ 20.0 66 1 4.5+ 20 4.5 23 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 70 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan CLAY with calcareous deposits 5 j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 4.0 8.0 12.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 20 100/ 1.50" 100/ 1.25" 100/ 20.0 L 1.5 3.75 23 3.75 18 4.5+ 13 29 15 14 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 71 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/13/2022 End Date: 4/13/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> ;= _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits — 4.5+ 24 _ 2.0 Dark Brown and Brown CLAY with calcareous deposits — 3.75 22 51 21 30 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 5.25" L100/ 10 10.0 2„ Gray LIMESTONE with shale seams 100/ — 15 — , 1.25" 100/ 20 20.0 , 0.75" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 72 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/13/2022 End Date: 4/13/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous deposits and limestone fragments j — j Tan CLAY with calcareous deposits 5� j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams —15— 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 4.0 11<�: 100/ 3.75" 100/ 10.0 2.25" 100/ 1.50" 100/ 20.0 , 0.75" 4.5+ 19 47 23 24 2.5 17 4.5+ 7 28 15 13 0.7 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _10_ _15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 73 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) ;= _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C J O -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 4.5+ 21 2.0 4.5+ 15 4.0 17" 9.0 100/ 2.2525" 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 74 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION r Brown CLAY with limestone fragments Tan CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 19 4.5+ 6 4.0 5.0 4.5+ 9 38 16 22 0.1 100/ 4.75" 11.0 100/ 1.50" 100/ 1.25" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 75 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous deposits at 0' to 2' 5 Dark Brown and Brown CLAY Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.0 30 4.5+ 25 80 26 54 3.7 2.5 32 2.5 30 77 26 51 8.0 4.5 14 9.0 100/ 1.50" 13.0 100/ 0.50" 100/ 20.0 66 1 5058BrushCreekRd. BORING NO.: 76 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/8/2022 End Date: 4/8/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� oz E N v'- a ao o �, 5 a T 3 cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 20 with limestone fragments and calcareous deposits at upper 2' — 4.5+ 22 — 5 3.25 27 77 24 53 2.1 _ 6.0 Brown CLAY with calcareous deposits — 2.25 27 8.0 Tan LIMESTONE with clay seams and layers 100/ — 10 2.50" , _ 12.0 Gray LIMESTONE with shale seams 100/ — 15 — 1.50" , 100/ 20 20.0 L 1.2 TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 77 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments at 2' to 4' _ 4.0 Brown CLAY with limestone fragments and calcareous 5 deposits 6.0 Tan CLAY with calcareous deposits 10 10.0 Tan LIMESTONE with clay seams and layers _ 11.0 Gray LIMESTONE with shale seams _15 Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 22 100/ 0.75" _20 20.0 L 1.2 100/ TEST BORING TERMINATED AT 20 FT 4.5+ 25 4.5+ 18 4.5+ 16 4.5+ 13 33 15 18 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 78 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 2.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 100/ 6.75" 100/ 3.25" 6 100/ 1" 100/ 1.1 20.0 L 4.5+ 13 4.5+ 10 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 79 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments at 2' to 3' Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.5+ 21 5" 5 100/ 1.50" 11.0 100/ 1.25" 20.0 L 100/ 100/ 4.5+ 22 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 80 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) ;= _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 4.5+ 13 4.5+ 19 68 24 44 4.0 100/ 5.50" 12.0 100/ 2.25" 100/ 1.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 81 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 3.75 28 2.0 100/ 1.50" 100/ 0.50" 100/ 10.0 , 3„ 12" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 82 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/13/2022 End Date: 4/13/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown and Tan CLAY with calcareous deposits Tan CLAY 5 — — Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _10_ 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 2.0 4.0 6.0 13" 9.0 100/ 3.2525" 100/ 0.75" 100/ 20.0 1.25" 4.5+ 20 4.5+ 12 4.5+ 10 37 16 21 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 83 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Brown and Tan CLAY with calcareous deposits Tan CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 2.0 4.0 6.0 100/ 6.50" 100/ 2.25" 11.0 100/ 1.50" 100/ 20.0 , 0.75" 4.5+ 12 4.5+ 14 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 84 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits 5 Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.0 22 4.5 23 78 25 53 3.0 19 3.75 20 60 21 39 3.0 16 9.0 100/ 1.75" 12.0 100/ 1.25" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 855 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY wth limestone fragments at 2' to 4' 5 with calcareous deposits at 8' to 10' 10 i Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 10.0 13.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 2.5 32 100/ 1.25" 100/ 20.0 , 0.50" 2.5 29 1.75 28 2.5 28 70 23 47 3.5 17 IE 5058BrushCreekRd. BORING NO.: 86 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/8/2022 End Date: 4/8/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� E N oz v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits - 4.5+ 21 _ 2.0 Brown CLAY with calcareous deposits - 4.0 25 - 5 2.75 30 - - 4.5+ 16 59 21 38 _ 8.0 Tan CLAY with calcareous deposits - 4.5+ 15 10 ♦ 10.0 Tan LIMESTONE with clay seams and layers _ 13.0 Gray LIMESTONE with shale seams 100/ - 15 , 1„ 100/ 20 20.0 , 1 TEST BORING TERMINATED AT 20 FT ALPHA , TESTING 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 87 Sheet 1 of 1 Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/8/2022 End Date: 4/8/2022 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments at 0' to 2' Brown CLAY 5 with calcareous deposits at 6' to 8' Tan CLAY with limestone fragments 10 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 4.0 8.0 10.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 23 100/ 1.75" 100/ 1 „ 20.0 L 2.5 27 2.5 27 3.25 16 3.75 13 1.3 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 88 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments _ 2.0 Brown CLAY with calcareous deposits and limestone fragments 5 Tan CLAY with calcareous deposits at 6' to 8' 10 Tan LIMESTONE with clay seams and layers _15_ Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 10.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 100/ 10.25.25' 16.0 100/ 1 „ 20.0 L 4.5+ 19 4.5+ 18 4.5+ 15 4.5+ 12 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 89 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan CLAY 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 4.0 6.0 Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 18 69 100/ 10.50' 12.0 1 100/ 1.25" 20.0 L 1.2 100/ 4.5+ 16 52 19 33 4.5+ 11 43 17 26 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 90 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY j, with calcareous deposits at 2' to 4' 5 Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 19 6.0 8.0 100/ 10.25.25' 12.0 100/ 0.75" 20.0 L 100/ 100/ 4.5+ 14 37 18 19 4.5 23 4.5+ 13 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 91 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits and limestone fragments at 2' to 6' 5 Tan CLAY with calcareous deposits and limestone — fragments j Tan LIMESTONE with clay seams and layers 10 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 18 4.5+ 24 4.5+ 22 3.5 17 41 18 23 0.9 9.0 100/ 4.0 16 3" 100/ 15.0 hL 1.50" 100/ 20.0 k 1 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 92 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/14/2022 End Date: 4/14/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> ;= _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W Ha � o o Z ? a ?U) MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits — 4.5+ 17 — 4.5+ 21 4.0 _ Brown CLAY with calcareous deposits 5 4.5+ 15 45 19 26 0.0 _ 6.0 Tan CLAY with calcareous deposits — 4.5+ 14 8.0 Tan LIMESTONE with clay seams and layers 00/ — 10 , 7.50.50" 14.0 _ Gray LIMESTONE with shale seams 100/ — 15 — 0.75" 100/ _20 20.0 , 0.5 TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 93 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/6/2022 End Date: 4/6/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� oz E N v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY — 3.5 21 — 3.75 28 _ 4.0 Brown CLAY with calcareous deposits — 5 2.5 32 — 2.5 27 69 23 46 _ 8.0 Tan CLAY with calcareous deposits — 4.0 8 10 ♦ 10.0 Tan LIMESTONE with clay seams and layers _ 12.0 Gray LIMESTONE with shale seams 100/ — 15 — 0.75" , 100/ 100/ 20 20.0 L TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 94 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/6/2022 End Date: 4/6/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY 5 — � Brown CLAY 10 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 10.0 13.0 Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 100/ 1.25" 100/ 20.0 k 1 2.5 35 2.5 33 77 25 52 2.25 33 2.75 30 4.5+ 13 34 16 18 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 95 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/8/2022 End Date: 4/8/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 24 — 4.5+ 20 — 5 2.25 32 34 7.0 Tan LIMESTONE with clay seams and layers 100/ 4.25" 100/ 10 4„ _ 12.0 Gray LIMESTONE with shale seams 100/ — 15 — , 1.50" 100/ 100/ 20 20.0 L TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 96 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/11/2022 End Date: 4/11/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� E N oz v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 23 — 3.5 21 — 5 3.75 27 4.5+ 3 7.0 Tan LIMESTONE with clay seams and layers 81 _ 9.0 Gray LIMESTONE with shale seams 50/ 10 , 5.75" 100/ —15 , 2„ 100/ 20 20.0 , 0.50" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 97 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY 5 Tan CLAY with calcareous deposits 10 j Tan LIMESTONE with clay seams and layers 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 19 4.0 8.0 13.0 100/ 15.0 66 3.25" 100/ 20.0 , 1.25" 4.5+ 25 3.5 27 4.5+ 14 4.5+ 14 42 18 24 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 98 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/11/2022 End Date: 4/11/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> ;= _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jBrown CLAY — 4.5+ 18 — 4.5+ 19 — 5 4.5+ 18 _ 6.0 Tan CLAY — 4.5 20 with calcareous deposits and limestone fragment 4.5+ 16 at 6' to 10' 67 10 14.0 Gray LIMESTONE with shale seams 100/ 15 1.50" 100/ 20 20.0 1 TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 99 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 19 M 100/ 3.50" 13" 100/ 20.0 L 1.2 4.5+ 15 4.5 17 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 100 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY j _5 j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 18 100/ 4.25" 100/ 5.75" 100/ 1.75" 100/ 1.1 20.0 L 4.5+ 11 4.25 15 40 18 22 0.9 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 101 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/14/2022 End Date: 4/14/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> ;= _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jBrown CLAY — 1.75 18 — 4.5+ 20 — 5 4.5+ 19 — — 3.5 15 _ 8.0 Tan LIMESTONE with clay seams and layers 100/ — 10 , 4.25" _ 13.0 Gray LIMESTONE with shale seams 100/ — 15 L 1„ 100/ 20 20.0 , 1 TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 102 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 10 i Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 10.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5 20 100/ 0.50" 100/ 20.0 L 1.2 2.5 29 4.0 23 70 23 47 0.9 4.5+ 15 4.5+ 10 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 103 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/6/2022 End Date: 4/6/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jBrown CLAY — 4.5+ 27 — 3.5 24 71 23 48 — 5 3.0 28 — — 3.25 25 8.0 _ / Tan CLAY with calcareous deposits — 3.75 16 10 ♦ 10.0 Tan LIMESTONE with clay seams and layers _ 13.0 Gray LIMESTONE with shale seams 100/ — 15 , 1.25" 100/ 20 20.0 , 0.75" TEST BORING TERMINATED AT 20 FT ALPHA , TESTING 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 104 Sheet 1 of 1 Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/11/2022 End Date: 4/11/2022 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jBrown CLAY _ 4.0 Tan CLAY with limestone fragments and calcareous 5 deposits 10 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 10.0 13.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 22 100/ 1.50" 100/ 20.0 , 0.50" 3.25 25 4.5+ 14 3.75 16 4.5+ 16 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 105 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments 5 Tan LIMESTONE with clay seams and layers 10 15 Gray LIMESTONE with shale seams 20 111 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 16 4.5+ 21 4.5+ 15 51 18 33 2.5 4.5+ 16 9.0 3.75 20 50/ 5.25" 100/ 15.0 kk1 00/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 106 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jBrown CLAY with limestone fragments and calcareous deposits at 2' to 6' 5 — Tan CLAY with calcareous deposits 10 Tan LIMESTONE with clay seams and layers 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 22 10.0 100/ 15.0 , 1.25" 100/ 20.0 , 0.50" 3.75 26 3.25 21 3.0 20 35 16 19 0.0 4.5+ 16 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 107 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan CLAY with calcareous deposits and limestone fragments 10 Tan LIMESTONE with clay seams and layers 15 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 17 FT DUE TO AUGER REFUSAL 20 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 13.0 100/ 15.0 66 1.75" 100/ 17.0 66 0.001, 4.5+ 24 4.0 22 59 20 39 4.5 17 4.5+ 13 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 108 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 10 i Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 10.0 13.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 15 100/ 3.50" 100/ 20.0 , 1 4.5+ 12 4.5+ 13 51 19 32 3.7 4.5+ 14 4.5+ 20 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 109 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/14/2022 End Date: 4/14/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY 5 j 10 / TEST BORING TERMINATED AT 10 FT 15 20 4.0 10.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 > 3 a' o Y u E 6L �' a� N m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 4.25 27 4.5+ 21 4.5+ 21 4.0 18 49 20 29 3.5 19 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 110 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 10 TEST BORING TERMINATED AT 10 FT 15 20 3.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� (n U x� oU o a Z C J a Ha a- 1 4.5+ 23 16" 100/ 10.0 , 1 4.5+ 19 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 111 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with limestone fragments 5 Tan LIMESTONE with clay seams and layers 10 TEST BORING TERMINATED AT 10 FT 15 20 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 24 4.0 10.0 , 100/ 4.50" 4.5+ 24 79 26 53 4.5+ 24 4.5+ 15 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 112 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY 5 10 i TEST BORING TERMINATED AT 10 FT 15 20 10.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.5+ 22 4.0 29 3.25 29 73 24 49 3.0 31 3.0 32 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 113 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): 7 Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY - with limestone fragments at 4-7 ft 5 Tan LIMESTONE with clay seams and layers 10 TEST BORING TERMINATED AT 10 FT 15 20 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.0 22 2.5 28 3.0 30 71 25 46 7.0 100/ 4.5 19 3" 100/ 10.0 5.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 114 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY 5 10 i TEST BORING TERMINATED AT 10 FT 15 20 10.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 2.0 35 2.5 41 2.5 33 2.5 29 2.75 27 60 22 38 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 115 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 TEST BORING TERMINATED AT 10 FT 15 20 3.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� CU U x� oU o a C J a (n Ha a- Z 4.5+ 20 4.5+ 25 75 26 49 50/ 475 .75" 100/ 10.0 , 7.50" A L P H A #NtTESTING KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL m(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 1mm S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ❑SILT ROCK CORE (2" ID except where CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) ALPHA TESTING Geotechnical 5058Brush Creek Road Tel: 817.496.5600 Construction Materials Fort Worth, Texas 76119 Fax: 817.496.5608 Environmental www.alphatesting.com A Universal Engineering Sciences Company TBPELS Firm No. 813 June 17, 2022 TPHMI DFW 4047, LLC 6201 West Plano Parkway, Suite 150 Plano, Texas 75093 Attention: Mr. Bruce French Re: Pavement Recommendations La Prelle Off Blue Mound Road West Fort Worth, Texas ALPHA Report No. W220418-B Submitted herein are the recommended pavement sections for the proposed subdivision (La Prelle). The proposed subdivision is generally located north of Blue Mound Road West, about one-half a mile east of US 81 Frontage Road, in Fort Worth, Texas. This study was authorized by Mr. Bruce French on February 7, 2022 and performed in accordance with ALPHA Proposal No. 89118 dated February 7, 2022. This report is an extension of ALPHA Report No. W220418 dated June 6, 2022 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. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for the (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. 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. ALHA Report No. W220418-B 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 6 7'/2 10 on lime stabilized subgrade soil 28-day Concrete Compressive 3,600 3,600 3,600 Strength (psi) Subgrade Treatment 6 inches Lime 8 inches Lime 8 inches Lime Application Rate (lbs per sq yd) 36 48 48 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 115 test borings. 108 test borings were drilled to a depth of about 20 ft and seven (7) test borings were drilled to a depth of about 10 ft. The borings were drilled in general accordance with ASTM Standard D 420 using standard rotary drilling equipment. 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 IA and 113. 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 design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: PJ ALHA Report No. W220418-B #X • 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) GENERAL SUBSURFACE CONDITIONS Based on geological maps available from the Bureau of Economic Geology, published by The University of Texas at Austin, the site lies primarily within the undivided Pawpaw, Weno Limestone, and Denton Clay formation. The undivided Limestone and Duck Creek formation encroaches into the northwest corner of the site. These undivided formations generally consist 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 can be highly variable at/near geological interfaces. Subsurface conditions encountered in Borings 1 through 108 generally consisted of clay to depths of about 1 ft to 14 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Subsurface conditions encountered in Borings 110, 111, 113 and 115 generally consisted of clay to depths of about 3 ft to 8 ft below the ground surface underlain by limestone extending to the 10 ft termination depth. Subsurface conditions encountered in Borings 109, 112 and 114 generally consisted of clay extending to the 10 ft termination depth of the borings. The upper 2 ft of clay encountered in Boring 24 was visually classified as possible fill. More detailed stratigraphic information is presented on the attached Log of Boring sheets. The clay and limestone 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. Groundwater was encountered on drilling tools during drilling in Boring 113 at depth of about 7 ft below the ground surface. No free groundwater was encountered in the remaining borings. It is common to encounter seasonal groundwater from natural fractures within the clayey matrix, at the soil/rock (limestone) interface and from fractures within 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 ALHA Report No. W220418-B #X 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 Suburade Preparation Based on review of the borings, we expect 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, and mixed with a minimum 36 and 48 lbs per sq yard of hydrated lime (by dry soil weight) in conformance with TxDOT Standard Specifications Item 260. The application rate is based on an 8 percent application rate, assuming a dry unit soil weight of 100 pcf for the pavement subgrade. The results of lime series tests performed on representative clay samples are attached (Figure 2). 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. 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. Mechanical 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 could experience soil -related potential seasonal movements of up to about 7 inches as discussed in the referenced foundation report (ALPHA Report No. W220418). California Bearing Ratio (CBR) tests were not performed for this specific project. However, based on our experience in the area and similar conditions, the CBR value for the natural clay soil is estimated to be about 2 to 3. Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. 4 ALHA Report No. W220418-B 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. 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. Using the Street Classification of "Collector" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. Using the Street Classification of "Arterial" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. 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 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'/2-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement 5 ALHA Report No. W220418-B #\ 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 4.5 ± 1.5 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. 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 14 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 Boring Depth, Soluble Sulfate, No. No. ft Material Type m /K m g g Epp ) 1 2 0-2 Dark Brown CLAY 60 2 9 0-2 Dark Brown CLAY 74 3 17 2-3 Brown CLAY 58 4 32 0-2 Dark Brown CLAY 64 5 36 2-4 Dark Brown CLAY 68 6 58 2-4 Brown CLAY 70 7 74 2-4 Brown CLAY 1028 8 96 0-2 Dark Brown CLAY 76 9 103 0-2 Brown CLAY 73 10 108 0-2 Dark Brown CLAY 79 11 109 2-4 Dark Brown CLAY 59 12 ill 4-6 Dark Brown CLAY 46 13 113 2-4 Dark Brown CLAY 67 14 115 0-2 Brown CLAY 65 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/testing be performed 6 ALHA Report No. W220418-B #X 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 Possible fill was encountered in the upper 2 ft of Boring 24. Historical aerial images available from Google Earth® indicate stockpiles of material have been staged near Borings 4, 5, 9, 10, 19, 20, 24 and 32. Although not encountered in the borings, existing fill materials can contain organics, boulders, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA can provide this service if desired. Limestone was encountered within 4 ft of the ground surface in several of the borings and could be encountered during general excavation in some areas of the site. From our experience, this limestone can be hard and may 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. • 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 7 ALHA Report No. W220418-B #X 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. 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. 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. 8 ALHA Report No. W220418-B #X 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. 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. Where mass fills are deeper than 10 ft, 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 Where utility lines are deeper than 10 ft, 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. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about I to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines 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 9 ALHA Report No. W220418-B #X 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 Boring 113 at depth of about 7 ft below the ground surface. From our experience, additional shallow 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 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 parry 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 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. 10 ALHA Report No. W220418-B 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 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. CLOSING 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, LLC June 17, 2022 Karina Cohuo Geotechnical Project Manager KC/GSF/nl Copies: (1-PDF) Client Gregory S. Fagan, P.E. Senior Geotechnical Engineer Attachments: Boring Location Plan — Figure IA and 1B Mechanical Lime Series — Figure 2A, 2B and 2C WinPAS Analysis Results Log of Borings Key to Soil Symbols and Classifications 11 B-109 iLjc - IB-110- _ _ B-3 = r P-1 B 4 B-5 r- B-6 B-7� B-8 Y B-111 t. B-9 h. _B-10 B-11 - 8-12 B-13 } 7 - * J B-14'. ' B- e.I B-18 . B-15 B-16 B-19." • B-21 B-22 ti B-112 '-' I s B-28 B-24 . B-25 � B 26�� B-27 ' • � J + P-9 P-8 B-33 _ B 32 -'B-34 B-35 B-36 F B-113 B-42� B-43 B-44 Ili IN i �. B-5 1 B-52 PAVEMENT RECOMMENDATIONS LAPRELLE LAYOUT OFF BLUE MOUND ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W220418-B ALOHA'kTEST ING. INHERE IT ALL BEGINS FIGURE 1A APPROXIMATE PRELIMINARY BORING LOCATION (W210317) APPROXIMATE BORING LOCATION BORING LOCATION PLAN N I ' f B-114 i B-115 +I 1 I P-18 ' i - BLUE MOUND ROAD]r•- PAVEMENT RECOMMENDATIONS LAPRELLE LAYOUT OFF BLUE MOUND ROAD FORT WORTH, TEXAS ALPHA PROJECT NO. W220418-B jr. ' 1 WI T,�'A, -. � u - � 11 C 1 C 1 ALOHA'kTE TING. INHERE IT ALL BEGINS FIGURE Ill BORING LOCATION PLAN B-96 B-97 B-98 B-99 V-'. i} B-106 1B-107JB-108-i 19 L�T J B-105m APPROXIMATE PRELIMINARY BORING LOCATION (W210317) APPROXIMATE BORING LOCATION ALPHA /TEST ING WHERE IT ALL BEGINS Geotechnica/ . Construction Materials . Environmental . TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W220418-B I Date: 05/10/22 % Lime 0% 4% 6% 8% 10% PI 39 22 19 14 10 70 65 60 55 50 45 40 EL- 35 \ 30 25 20\. �\r 15 10 5 0 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 2A ALPHA /TEST ING WHERE IT ALL BEGINS Geotechnica/ . Construction Materials . Environmental . TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W220418-B I Date: 05/10/22 % Lime 0% 4% 6% 8% 10% PI 37 23 19 13 8 70 65 60 55 50 45 40 a 35 30 `� \ 25 20 15 10 5 0 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 213 ALPHA /TEST ING WHERE IT ALL BEGINS Geotechnica/ . Construction Materials . Environmental . TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W220418-C I Date: 05/26/22 % Lime 0% 4% 6% 8% 10% PI 53 24 18 14 10 70 65 60 55 'I 50 45 \ 40 \ a 35 30 25 \ 20 15 10 5 He 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 2C Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Residential Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 5.91 inches Load Transfer, J Design ESALs 930,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.00 Thursday, April 23, 2015 1:12:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Collector Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 7.52 inches Load Transfer, J Design ESALs 3,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.25 Thursday, April 23, 2015 1:11:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Arterial Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 9.87 inches Load Transfer, J Design ESALs 13,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.50 Thursday, April 23, 2015 1:09:59PM Engineer: ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S a);= _ x E o 0t6 c' E E c o >� 3 Y 6Lc aw� °C -JoNCE Coo cc) o°o .SozapJ y cn X c ca ° .E m a Ha a- Z 3 a 4.0 27 79 26 53 2.0 13.0 100/ )875 .875' 100/ ).625625' 100/ ).625625' 100/ 20.0 , ).625' ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Brown and Light Brown CLAY with limestone fragments and calcareous deposits — j Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 4.5+ 27 2.0 4.5+ 12 40 18 22 4.0 100/ 2.0" 13.0 100/ )375 .375' 100/ ).625625' 100/ 20.0 , ).375' ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Client: Tri Pointe Homes Location: Haslet, Texas Project: La Prelle Tract (373 Acres) Surface Elevation: Start Date: 2/12/2021 End Date: 2/12/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY - with rocks at 2-4 ft j Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams _10 _15 20_ TEST BORING TERMINATED AT 20 FT 4.0 8.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x o E E o >� NC 3 Y E 6L N� w OC Jo� J y5oza a ow oo .S 3 (n o0 Z Jaxc m �a a- a 100/ 1.75" 6 100/ 6 1.0" 100/ ).625625' 100/ 20.0 , ).375' 4.5+ 19 4.5+ 20 45 23 22 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Client: Tri Pointe Homes Location: Haslet, Texas Project: La Prelle Tract (373 Acres) Surface Elevation: Start Date: 2/12/2021 End Date: 2/12/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E 2 E - a> ;= _ x 0 SZOn Rods (ft): NONE T �� N U� �� j E E C c Drilling (f): DRY �o 3 o vZAfter 7(f) a o c , v - aoo a 3 cn o o MATERIAL DESCRIPTION jDark Brown CLAY — 4.0 27 - with rocks at 2-3 ft 3.5 26 71 25 46 _ 3.0 Tan LIMESTONE with clay seams and layers 00/ — 5 , . 22525" 00/ — 10 — , 375' ).375 _ 12.0 Gray LIMESTONE with shale seams 00/ — 15 — , 375' ).375 100/ 20 20.0 , ).375' TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown and Brown CLAY - with limestone fragments at 2-4 ft Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 4.5 25 4.5+ 25 84 28 56 4.0 100/ 2.375' 12.0 100/ 1.25" 100/ 0.75" 100/ 20.0 L ).37 ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Brown CLAY with calcareous deposits and limestone fragments — j Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams —15— 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 4.5+ 12 49 21 28 2.0 4.5+ 15 4.0 100/ 2.75" 12.0 100/ 1.25" 100/ ).875875' 100/ 20.0 L ).62 ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown and Brown CLAY Tan LIMESTONE with clay seams and layers _5 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 3.5 25 73 24 49 2.0 31 4.0 100/ )875 .875' 100/ ).625625' 100/ 15.0 , ).875' 100/ 20.0 , ).625' ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments 1Tan Tan CLAY with calcareous deposits and limestone fragments LIMESTONE with clay seams and layers _5_ _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 4.5+ 21 2.0 4.5+ 12 41 18 23 4.0 100/ 2.75" 12.0 100/ 1.25" 100/ ).625625' 100/ 20.0 L ).62 ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY - with rocks at 3-4 ft Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 3.0 30 3.5 28 89 29 60 4.0 100/ 1.75" 13.0 100/ 1.125 .125' 100/ ).875875' 100/ 20.0 , ).625' ALPHA /TESTING WHERE IT ALL BEGINS Client: Tri Pointe Homes Project: La Prelle Tract (373 Acre Start Date: 2/12/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY - with calcareous deposits and limestone fragments at 2-4 ft Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Location: Haslet, Texas s) Surface Elevation: 2/12/2021 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x E E o >� 3 Y E 6Lc Coo cc) w� OC -JoNC J y o oo .Sozaa p Z �a a- a 2.5 29 71 23 48 4.5+ 22 4.0 100/ 2.75" 13.0 100/ ).625625' 100/ ).625625' 100/ 20.0 , ).375' ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 155 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Client: Tri Pointe Homes Location: Haslet, Texas Project: La Prelle Tract (373 Acres) Surface Elevation: Start Date: 2/12/2021 End Date: 2/12/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown and Light Brown CLAY with calcareous jdeposits and limestone fragments j j _5 Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 13.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a) ;= _ x E E o 2 N� 00 0o 0E tea) N m� w � C o J o J � y 0 a ow oz a° o .S c a� p�� U n .5 3 (n 0 x c c o� o a Z c J a �a a- a 1 1.5" 100/ ).625625' 100/ 20.0 , ).625' 2.5 25 2.0 23 2.5 28 44 19 25 0.4 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W210317 www.alphatesting.com Tri Pointe Homes Location: Haslet, Texas La Prelle Tract (373 Acres) Surface Elevation: 2/12/2021 End Date: 2/12/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments Tan CLAY with calcareous deposits _5� j j Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 2.0 8.0 12.0 Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x o E E o �' N� >C1 3 00 Y E �E 6L oar N m� w o C O J o J y a ow oz ao o .S c a� p�� U n .5 3 Z �a a- a 1 4.0 29 100/ 1.125 .125' 100/ ).875875' 100 20.0 L ).62 / 4.5+ 15 46 20 26 12 4.5+ 16 Me ALPHA , TESTING 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 19 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W210317 WHERE IT ALL BEGINS www.alphatesting.com Client: Tri Pointe Homes Location: Haslet, Texas Project: La Prelle Tract (373 Acres) Surface Elevation: Start Date: 2/12/2021 End Date: 2/12/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown and Brown CLAY with limestone fragments Light Brown CLAY with calcareous deposits and 5 limestone fragments Tan LIMESTONE with clay seams and layers _10 _15_ Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o.S d E a);= _ x o E E o >� NC 3 Y E 6Lc N��a OC Jo� J y oW oo .Soza a pw� Z � a a a 1 4.0 23 67 23 44 4.0 8.0 100/ 2.25" 100/ 1.5" 18.0 100/ 20.0 ).625' 4.0 25 4.5+ 13 4.0 18 0.3 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/2/2022 End Date: 4/2/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments and calcareous deposits Tan CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 16 51 18 33 2.0 4.5+ 3 3.0 100/ 3.50" 100/ 10.0 , 3„ 6 100/ 1" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/2/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/2/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C J O -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 3.5 31 2.0 100/ 3.0 6.25" 100/ 2.50" 100/ 10.0 k 1 100/ 0.75" 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/2/2022 End Date: 4/2/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 3.5 29 1.0 100/ 100/ 1.50" 100/ 10.0 , 1.25" 6 100/ 1" 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/1/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/1 /2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °°E °a� mc, ° ° -o .2 a °W oZ o a° o c o� p�� Ha a- Z 4.0 29 63 24 39 2.0 175 13 4.75" 100/ 2.25" 100/ 10.0 , 1.25" 100/ 1.50" 100/ 20.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/1/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 _15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 5Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/1 /2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °°E °a� mc, ° ° -o .2 a °W oZ o a° o c o� p�� Ha a- Z 4.5+ 17 2.0 100/ 9.50" 13" 9.0 100/ 1" 100/ 0.25" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/4/2022 End Date: 4/4/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 3.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 100/ 5.25" 12" 12" 100/ 1.1 20.0 L 4.5+ 17 4.5+ 9 36 17 19 1.7 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/4/2022 End Date: 4/4/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown and Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams _10_ 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o -SC: a� (n CU U x� oU o a Z C J a Ha a- 4.5+ 17 2.0 100/ 6.50" 100/ 3.25" 7.0 100/ 2.25" 100/ 1.75" 100/ 20.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/4/2022 End Date: 4/4/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits — 3.0 30 _ 2.0 Brown CLAY — 4.5+ 12 53 18 35 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 2.75" 100/ L 10 10.0 1 Gray LIMESTONE with shale seams 100/ — 15 — , 0.75" 100/ 20 20.0 , 0.50" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/1/2022 End Date: 4/1/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits at 2' to 3' Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5 35 1" 4 100/ 10.0 , 0.50" 6 100/ 1" 100/ 20.0 , 0.75" 4.5+ 22 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/1/2022 End Date: 4/1/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown and Tan CLAY with calcareous deposits Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 Gray LIMESTONE with shale seams _10 15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 3.5 24 2.0 4.5 12 38 18 20 3.0 100/ 5.25" 9.0 100/ 0.7575" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 11 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/4/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 21 2.0 100/ 5.75" 100/ 4.25" 6 100/ 1" 100/ 0.50" 16.0 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION YOM Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 12 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/4/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 11 49 21 28 2.0 100/ 5.50" 1" 4 100/ 10.0 , 1.25" 6 100/ 1" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/4/2022 End Date: 4/4/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 Gray LIMESTONE with shale seams _10 15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW oZ 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 4.5+ 19 2.0 4.5+ 12 47 18 29 2.8 3.0 100/ 1.50" 9.0 100/ 0.7575" 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/4/2022 End Date: 4/4/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 Gray LIMESTONE with shale seams _10_ _15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a-� 4.0 22 2.0 3.0 4.5+ 12 100/ 3.75" 9.0 100/ 1.25" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 155 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/4/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 20 2.0 100/ 8.75" 17" 100/ 1.25" 100/ 1" 16.0 100/ 20.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/4/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 9 52 19 33 2.0 100/ 8.75" 100/ 4.50" 6 100/ 1" 100/ 1.50" 17.0 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/4/2022 End Date: 4/4/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a-� 4.5+ 19 2.0 3.0 3.5 5 12.0 00/ 375 .75" 13" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/4/2022 End Date: 4/ Drilling Method: CONTINUOUS FLIGHT AUGER 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams _10_ 15 20 TEST BORING TERMINATED AT 20 FT Location: Fort Worth, Texas Surface Elevation: 4/2022 West: North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x N� >C1 3 :b Y uE 6L N �a� mc, w e C J O -o J .2 y a OW oZ a° o -SC: a� p�� U (n CU � x� o- o a Z J o T Ha a- 4.5+ 2.0 100/ 7" 100/ 3" 7.0 00/ 1.5050" 6 100/ 1" 100/ 20.0 , 0.75" 17 51 21 30 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION r Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 12 2.0 100/ 8.25" 0" 3 100/ 1" 11.0 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 20 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 4.5+ 17 2.0 3.0 8 31 16 15 100/ 2.75" 100/ 1" 11.0 100/ 1.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 21 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 22 2.0 100/ 8.75" 100/ 3.75" 100/ 1.25" 6 100/ 1" 18.0 100/ 20.0 66 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 22 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 4.0 32 1.0 100/ 5" 100/ 3.50" 100/ 0.75" 11.0 6 100/ 1" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/6/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 23 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/6/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 2.5 35 81 26 55 2.0 100/ 3.50" 100/ 0.75" 100/ 0.75" 11.0 100/ 0.25" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 24 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown and Brown CLAY with calcareous deposits - possible fill Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (Ibs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW oZ 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 3.75 26 2.0 4.5+ 16 42 20 22 3.0 100/ 8.50" 100/ 10.0 , 5.50" 100/ 2.50" 100/ 20.0 , 1.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 25 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 2.5 40 1.0 16" 12.0 13" 100/ 1.25" 100/ 0.75" 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 26 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 24 2.0 50/ 5" 1" 4 12.0 100/ 1.75" 100/ 1.25" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 5_ _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 27 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 30 4.0 25 78 24 54 4.0 10 25' 12.0 1" 4 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 10 _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 28 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 25 2.0 17" 4.5+ 21 100/ 3.25" 100/ 1.50" 100/ 1.25" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 29 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 4.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.5 22 100/ 1.25" 100/ 10.0 hL 1.50" 100/ 0.75" 100/ 20.0 , 0.50" 4.5 27 83 27 56 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 30 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits 1 Brown and Tan CLAY with calcareous deposits — Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 2.0 4.0 11.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.25 27 100/ 3.50" 100/ 1.75" 100/ 1.25" 100/ 1.1 20.0 L 4.0 11 33 13 20 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 31 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/7/2022 End Date: 4/7/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y �� a, > a c v 7After Hours (ft): a E o� 0 oZ v'- a o ao � o 3 o � o o MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments — 4.5+ 9 _ 2.0 Tan CLAY with calcareous deposits and limestone fragments 4.5+ 13 35 17 18 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 6„ L100/ 10 10.0 2.25" Gray LIMESTONE with shale seams 100/ — 15 — , 1„ 100/ 20 20.0 , 0.75" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 32 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/12/2022 End Date: 4/12/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 22 13" 100/ 10.0 , 4 100/ 1.25" 100/ 20.0 , 1 4.5+ 21 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION YBrown and Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 33 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 7 42 19 23 2.0 100/ 8.25" 100/ 1.75" 100/ 1.50" 11.0 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 34 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/12/2022 End Date: 4/12/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits 1 Tan CLAY with calcareous deposits — Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 2.0 4.0 11.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.5+ 19 100/ 5.50" 100/ 1.25" 100/ 0.75" 20.0 L 100/ 100/ 4.5+ 11 41 17 24 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 35 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 20 2.0 100/ 9.50" 100/ 2.25" 100/ 66 4" 11.0 100/ 1.50" 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 36 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 2.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 3.5 24 4.5+ 20 5.0 4.5+ 13 37 18 19 0.5 100/ 1.25" 12.0 100/ 1.25" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 37 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 3.25 21 4.5 19 65 22 43 100/ 1.75" 100/ 10.0 , 1.25" 6 100/ 1" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/5/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 38 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/5/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 3.75 28 3.75 25 76 25 51 4.0 15" 12.0 100/ 2.50" 100/ 1" 100/ 1 „ 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 39 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments and calcareous deposits _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.0 21 2.75 28 5.0 3.0 27 76 24 52 1.3 100/ 3.25" 11.0 100/ 1.50" 100/ 1.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/7/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _10 _15 20_ TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 40 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/7/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 8 2.0 13" 100/ 3.25" 8.0 100/ 1.25" 100/ 0.50" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 41 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/7/2022 End Date: 4/7/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y �� a, > a c v 7After Hours (ft): a E o� 0 oZ v'- a o ao � o 3 o � o o MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits — 4.5+ 16 _ 1 2.0 Tan CLAY with calcareous deposits — 4.5+ 11 41 17 24 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 4„ _ 8.0 Gray LIMESTONE with shale seams 100/ — 10 , 1.75" 100/ — 15 — , 0.75" 100/ 20 20.0 , 0.50" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION YOMBrown and Tan CLAY with calcareous deposits jand limestone fragments Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 42 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 9 42 17 25 2.0 13" 12" 100/ 10.0 , 1.25" 12" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown and Brown CLAY with limestone fragments and calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 43 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 17 57 21 36 2.0 100/ 9.75" 16" 100/ 1.75" 11.0 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/12/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 44 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/12/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 4.5+ 20 2.0 17" 12" 100/ 1.50" 11.0 100/ 0.75" 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 45 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/12/2022 End Date: 4/12/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits at 2' to 4' 4.0 _ Brown CLAY with limestone fragments and calcareous 5 � deposits 6.0 Tan LIMESTONE with clay seams and layers 10 _ 11.0 Gray LIMESTONE with shale seams _15 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.0 26 100/ 6.50" 100/ 3.50" 100/ 1.25" 100/ _20 20.0 , 1 TEST BORING TERMINATED AT 20 FT 3.5 22 4.5+ 13 36 16 20 0.0 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/6/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 _15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 46 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/6/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o.S E a)t _ x o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 20 2.0 100/ 3.50" 100/ 1.50" 9.0 100/ 1" 100/ 0.50" 100/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 47 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/5/2022 End Date: 4/5/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments at 4' to 5' _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 2.5 34 2.5 32 2.5 32 72 24 48 5.0 100/ 4.75" 11.0 100/ 1.75" 100/ 1" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 48 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION r Brown CLAY with calcareous deposits _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 1.5 19 4.5+ 19 4 5.0 100/.5+ 13 3" 11.0 100/ 0.75" 100/ 0.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 49 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams 10 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o .S c a� (n U x� oU o a Z C J a Ha a- 4.5+ 14 2.0 100/ 6.75" 100/ 3" 7.0 100/ 66 1" 100/ 0.75" 100/ 20.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/7/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous deposits and limestone fragments j j _5 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 550 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/7/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 4.5+ 16 4.5+ 10 33 14 19 100/ 5.0 9.75" 7.0 100/ 2.75" 100/ 1.25" 100/ 20.0 , 0.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 51 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/12/2022 End Date: 4/12/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n U x� oU o a Z C J a Ha a- 4.5+ 9 1.0 100/ 6.50" 100/ 1.50" 100/ 10.0 , 1 100/ 0.75" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 52 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� C0 X c c°— i= m � o T � Ha a- Z 4.5+ 17 2.0 12" 13" 100/ 10.066 1 ll 6 100/ 1" 100/ 20.0 , 1.25" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 53 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY _ 2.0 Brown CLAY with limestone fragments and calcareous deposits _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a-� 4.5+ 4.5+ 4.5+ 100/ 3.25" 100/ 1.75" 12.0 1 100/ 1.25" 100/ 1.1 20.0 L im if 5058BrushCreekRd. BORING NO.: 54 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/12/2022 End Date: 4/12/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� E N oz v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments — 4.5+ 14 _ 2.0 Brown CLAY with calcareous deposits — 4.25 25 — 5 2.5 28 _ 6.0 Tan CLAY with limestone fragments — 2.5 23 59 19 40 8.0 Tan LIMESTONE with clay seams and layers 100/ — 10 , 1.50" _ 13.0 Gray LIMESTONE with shale seams 100/ — 15 , 0.75" 100/ 20 20.0 , 1 TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: rJ55 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments and calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.5 20 IN 100/ 1.25" 100/ 0.25" 20.0 L 100/ 100/ 2.5 30 2.5 28 74 23 51 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 56 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 2.0 34 100/ 5.50" 100/ 6.50" 6 100/ 1" 20.0 L 100/ 100/ 2.5 32 2.5 32 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 57 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/7/2022 End Date: 4/7/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y �� a, > a c v 7After Hours (ft): a E o� 0 oZ v'- a o ao � o 3 o � o o MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits — 4.5+ 22 — 4.5+ 23 4.0 _ Tan CLAY with calcareous deposits 5 4.25 14 40 17 23 0.4 _ 6.0 Tan LIMESTONE with clay seams and layers 100/ 3.25" 100/ 10 10.0 1.50" Gray LIMESTONE with shale seams 100/ — 15 — , 0.75" 100/ 20 20.0 , 0.75" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 558 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams 10 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 15 2.0 4.0 100/ 4" 7.0 100/ 1.75" 6 100/ 1" 100/ 20.0 , 0.50" 4.5+ 12 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 59 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments _5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c aC4 0— U (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 4.5+ 13 55 18 37 4 5.0 100/.5+ 13 8.25" 10.0 100/1.75" 100/ 1.25" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 60 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.5+ 21 12" 100/ 1.75" 11.0 100/ 1.50" 20.0 L 1.2 100/ 4.5+ 8 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Brown CLAY with calcareous deposits and limestone fragments j — Tan LIMESTONE with clay seams and layers 5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 61 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) ;= _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 4.5+ 18 4.5+ 9 48 16 32 3.0 100/ 6.50" 100/ 2.50" 11.0 100/ 1" 100/ 20.0 L 1.2 5058BrushCreekRd. BORING NO.: 62 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/13/2022 End Date: 4/13/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > c a, a v .� 7After Hours (ft): a o� oz E N v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 22 _ 2.0 Brown CLAY with calcareous deposits and limestone fragments — 4.5+ 19 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 — 7.75" , 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 100/ 1.75" 100/ 1.25" 100/ 20.0 L 1.2 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 63 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with limestone fragments 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 19 4.0 6.0 100/ 4.75" 100/ 1" 12.0 100/ 1" 20.0 L 1.2 100/ 4.5+ 18 4.0 14 38 16 22 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 64 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY Tan LIMESTONE with clay seams and layers 5 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 4.0 11.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 22 Is 100/ 0.75" 100/ 1.25" 20.0 L 100/ 100/ 3.0 24 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 65 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 / Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.5 32 4.25 24 3.5 24 2.75 27 76 24 52 8.0 4.5+ 9 9.0 100/ 2" 12.0 100/ 2.25" 100/ 1.1 20.0 L ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 66 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments and calcareous deposits 5 at 4' to 8' Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 8.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 19 100/ 1.75" 100/ 1.25" 100/ 1.1 20.0 L 4.5+ 18 4.5 23 78 26 52 3.5 17 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 67 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits at 4' to 6' 5 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams 10 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a OW oZ a° o c a� p�� U n •2 3 (n � x OU - o O Z cd J d Ha a- 3 1 4.5+ 16 6.0 100/ 5' 9.0 100/ 2.5050" 100/ 1" 100/ 20.0 1 4.5+ 11 4.5+ 12 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 68 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/7/2022 End Date: 4/7/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments at 2' to 4' Tan CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 15 20 TEST BORING TERMINATED AT 20 FT 4.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 4.5+ 22 4.5+ 11 3 7.0 100/.75 12 6" 100/ 1.50" ON 100/ 20.0 kk 0.75" 0.9 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 69 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments and calcareous deposits at 2' to 6' 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 11.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.25 22 100/ 4" 100/ 1.75" 100/ 1.25" 100/ 20.0 66 1 4.5+ 20 4.5 23 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 70 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan CLAY with calcareous deposits 5 j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 4.0 8.0 12.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 20 100/ 1.50" 100/ 1.25" 100/ 20.0 L 1.5 3.75 23 3.75 18 4.5+ 13 29 15 14 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 71 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/13/2022 End Date: 4/13/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> ;= _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits — 4.5+ 24 _ 2.0 Dark Brown and Brown CLAY with calcareous deposits — 3.75 22 51 21 30 4.0 Tan LIMESTONE with clay seams and layers 100/ 5 5.25" L100/ 10 10.0 2„ Gray LIMESTONE with shale seams 100/ — 15 — , 1.25" 100/ 20 20.0 , 0.75" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 72 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/13/2022 End Date: 4/13/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with calcareous deposits and limestone fragments j — j Tan CLAY with calcareous deposits 5� j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams —15— 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 4.0 11<�: 100/ 3.75" 100/ 10.0 2.25" 100/ 1.50" 100/ 20.0 , 0.75" 4.5+ 19 47 23 24 2.5 17 4.5+ 7 28 15 13 0.7 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _10_ _15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 73 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) ;= _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C J O -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 4.5+ 21 2.0 4.5+ 15 4.0 17" 9.0 100/ 2.2525" 100/ 0.75" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 74 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION r Brown CLAY with limestone fragments Tan CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 19 4.5+ 6 4.0 5.0 4.5+ 9 38 16 22 0.1 100/ 4.75" 11.0 100/ 1.50" 100/ 1.25" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 75 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with calcareous deposits at 0' to 2' 5 Dark Brown and Brown CLAY Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 3.0 30 4.5+ 25 80 26 54 3.7 2.5 32 2.5 30 77 26 51 8.0 4.5 14 9.0 100/ 1.50" 13.0 100/ 0.50" 100/ 20.0 66 1 5058BrushCreekRd. BORING NO.: 76 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/8/2022 End Date: 4/8/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� oz E N v'- a ao o �, 5 a T 3 cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 20 with limestone fragments and calcareous deposits at upper 2' — 4.5+ 22 — 5 3.25 27 77 24 53 2.1 _ 6.0 Brown CLAY with calcareous deposits — 2.25 27 8.0 Tan LIMESTONE with clay seams and layers 100/ — 10 2.50" , _ 12.0 Gray LIMESTONE with shale seams 100/ — 15 — 1.50" , 100/ 20 20.0 L 1.2 TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 77 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments at 2' to 4' _ 4.0 Brown CLAY with limestone fragments and calcareous 5 deposits 6.0 Tan CLAY with calcareous deposits 10 10.0 Tan LIMESTONE with clay seams and layers _ 11.0 Gray LIMESTONE with shale seams _15 Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 22 100/ 0.75" _20 20.0 L 1.2 100/ TEST BORING TERMINATED AT 20 FT 4.5+ 25 4.5+ 18 4.5+ 16 4.5+ 13 33 15 18 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 78 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 2.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 100/ 6.75" 100/ 3.25" 6 100/ 1" 100/ 1.1 20.0 L 4.5+ 13 4.5+ 10 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 79 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments at 2' to 3' Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE 4)75 m� e O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.5+ 21 5" 5 100/ 1.50" 11.0 100/ 1.25" 20.0 L 100/ 100/ 4.5+ 22 ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments Tan LIMESTONE with clay seams and layers _10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 80 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 o.S d E a) ;= _ x > `o U� E E o a)0 >C1 3 �o Y uE 6L N �a� m� w e C O J -o J .2 y a OW oZ a° o c o� (n � x� a) o- o a Z J o T Ha a- 4.5+ 13 4.5+ 19 68 24 44 4.0 100/ 5.50" 12.0 100/ 2.25" 100/ 1.50" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: TPHMI DFW 4047, LLC Project: Laprelle Layout Start Date: 4/13/2022 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 81 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 4/13/2022 West: GER North: Hammer Drop (lbs / in): 140 / 30 d o U� c' E E c o °0 3 Y 6L N w C J J y >C1 °o °E °a� m� ° ° -o .2 a °W oZ a° o c o� CU X c c°— i= m � o T � Ha a- Z 3.75 28 2.0 100/ 1.50" 100/ 0.50" 100/ 10.0 , 3„ 12" 100/ 20.0 , 1 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 82 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/13/2022 End Date: 4/13/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown and Tan CLAY with calcareous deposits Tan CLAY 5 — — Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _10_ 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 2.0 4.0 6.0 13" 9.0 100/ 3.2525" 100/ 0.75" 100/ 20.0 1.25" 4.5+ 20 4.5+ 12 4.5+ 10 37 16 21 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 83 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/13/2022 End Date: 4/13/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits Brown and Tan CLAY with calcareous deposits Tan CLAY with calcareous deposits 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 2.0 4.0 6.0 100/ 6.50" 100/ 2.25" 11.0 100/ 1.50" 100/ 20.0 , 0.75" 4.5+ 12 4.5+ 14 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 84 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits 5 Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.0 22 4.5 23 78 25 53 3.0 19 3.75 20 60 21 39 3.0 16 9.0 100/ 1.75" 12.0 100/ 1.25" 20.0 L 100/ 100/ ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 855 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY wth limestone fragments at 2' to 4' 5 with calcareous deposits at 8' to 10' 10 i Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 10.0 13.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 2.5 32 100/ 1.25" 100/ 20.0 , 0.50" 2.5 29 1.75 28 2.5 28 70 23 47 3.5 17 IE 5058BrushCreekRd. BORING NO.: 86 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/8/2022 End Date: 4/8/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� E N oz v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits - 4.5+ 21 _ 2.0 Brown CLAY with calcareous deposits - 4.0 25 - 5 2.75 30 - - 4.5+ 16 59 21 38 _ 8.0 Tan CLAY with calcareous deposits - 4.5+ 15 10 ♦ 10.0 Tan LIMESTONE with clay seams and layers _ 13.0 Gray LIMESTONE with shale seams 100/ - 15 , 1„ 100/ 20 20.0 , 1 TEST BORING TERMINATED AT 20 FT ALPHA , TESTING 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 87 Sheet 1 of 1 Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/8/2022 End Date: 4/8/2022 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Dark Brown CLAY with limestone fragments at 0' to 2' Brown CLAY 5 with calcareous deposits at 6' to 8' Tan CLAY with limestone fragments 10 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 4.0 8.0 10.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 23 100/ 1.75" 100/ 1 „ 20.0 L 2.5 27 2.5 27 3.25 16 3.75 13 1.3 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 88 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments _ 2.0 Brown CLAY with calcareous deposits and limestone fragments 5 Tan CLAY with calcareous deposits at 6' to 8' 10 Tan LIMESTONE with clay seams and layers _15_ Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 10.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 100/ 10.25.25' 16.0 100/ 1 „ 20.0 L 4.5+ 19 4.5+ 18 4.5+ 15 4.5+ 12 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 89 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with calcareous deposits Tan CLAY 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 4.0 6.0 Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 18 69 100/ 10.50' 12.0 1 100/ 1.25" 20.0 L 1.2 100/ 4.5+ 16 52 19 33 4.5+ 11 43 17 26 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 90 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/8/2022 End Date: 4/8/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY j, with calcareous deposits at 2' to 4' 5 Tan CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 19 6.0 8.0 100/ 10.25.25' 12.0 100/ 0.75" 20.0 L 100/ 100/ 4.5+ 14 37 18 19 4.5 23 4.5+ 13 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 91 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits and limestone fragments at 2' to 6' 5 Tan CLAY with calcareous deposits and limestone — fragments j Tan LIMESTONE with clay seams and layers 10 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 18 4.5+ 24 4.5+ 22 3.5 17 41 18 23 0.9 9.0 100/ 4.0 16 3" 100/ 15.0 hL 1.50" 100/ 20.0 k 1 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 92 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/14/2022 End Date: 4/14/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> ;= _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W Ha � o o Z ? a ?U) MATERIAL DESCRIPTION jDark Brown CLAY with calcareous deposits — 4.5+ 17 — 4.5+ 21 4.0 _ Brown CLAY with calcareous deposits 5 4.5+ 15 45 19 26 0.0 _ 6.0 Tan CLAY with calcareous deposits — 4.5+ 14 8.0 Tan LIMESTONE with clay seams and layers 00/ — 10 , 7.50.50" 14.0 _ Gray LIMESTONE with shale seams 100/ — 15 — 0.75" 100/ _20 20.0 , 0.5 TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 93 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/6/2022 End Date: 4/6/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� oz E N v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY — 3.5 21 — 3.75 28 _ 4.0 Brown CLAY with calcareous deposits — 5 2.5 32 — 2.5 27 69 23 46 _ 8.0 Tan CLAY with calcareous deposits — 4.0 8 10 ♦ 10.0 Tan LIMESTONE with clay seams and layers _ 12.0 Gray LIMESTONE with shale seams 100/ — 15 — 0.75" , 100/ 100/ 20 20.0 L TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 94 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/6/2022 End Date: 4/6/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY 5 — � Brown CLAY 10 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 10.0 13.0 Hammer Drop (lbs / in): 140 / 30 oS 2 d E a) t _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 100/ 1.25" 100/ 20.0 k 1 2.5 35 2.5 33 77 25 52 2.25 33 2.75 30 4.5+ 13 34 16 18 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 95 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/8/2022 End Date: 4/8/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 24 — 4.5+ 20 — 5 2.25 32 34 7.0 Tan LIMESTONE with clay seams and layers 100/ 4.25" 100/ 10 4„ _ 12.0 Gray LIMESTONE with shale seams 100/ — 15 — , 1.50" 100/ 100/ 20 20.0 L TEST BORING TERMINATED AT 20 FT 5058BrushCreekRd. BORING NO.: 96 ALPHA TESTING Fort Worth, Texas 76119 Sheet 1 1 , Phone: 817-496-5600 of Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/11/2022 End Date: 4/11/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -•E .4 _ x SZOn Rods (ft): NONE T N U� �� �� _ J ZAfter Drilling (ft): DRY �o 3 Y o �� > a, a c v .� 7After Hours (ft): a o� E N oz v'- a ao o �, 5 3 a T cn o � 0— o MATERIAL DESCRIPTION jDark Brown CLAY — 4.5+ 23 — 3.5 21 — 5 3.75 27 4.5+ 3 7.0 Tan LIMESTONE with clay seams and layers 81 _ 9.0 Gray LIMESTONE with shale seams 50/ 10 , 5.75" 100/ —15 , 2„ 100/ 20 20.0 , 0.50" TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 97 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY 5 Tan CLAY with calcareous deposits 10 j Tan LIMESTONE with clay seams and layers 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 19 4.0 8.0 13.0 100/ 15.0 66 3.25" 100/ 20.0 , 1.25" 4.5+ 25 3.5 27 4.5+ 14 4.5+ 14 42 18 24 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 98 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/11/2022 End Date: 4/11/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> ;= _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jBrown CLAY — 4.5+ 18 — 4.5+ 19 — 5 4.5+ 18 _ 6.0 Tan CLAY — 4.5 20 with calcareous deposits and limestone fragment 4.5+ 16 at 6' to 10' 67 10 14.0 Gray LIMESTONE with shale seams 100/ 15 1.50" 100/ 20 20.0 1 TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 99 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 19 M 100/ 3.50" 13" 100/ 20.0 L 1.2 4.5+ 15 4.5 17 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 100 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY j _5 j Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 12.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 18 100/ 4.25" 100/ 5.75" 100/ 1.75" 100/ 1.1 20.0 L 4.5+ 11 4.25 15 40 18 22 0.9 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 101 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/14/2022 End Date: 4/14/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> ;= _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jBrown CLAY — 1.75 18 — 4.5+ 20 — 5 4.5+ 19 — — 3.5 15 _ 8.0 Tan LIMESTONE with clay seams and layers 100/ — 10 , 4.25" _ 13.0 Gray LIMESTONE with shale seams 100/ — 15 L 1„ 100/ 20 20.0 , 1 TEST BORING TERMINATED AT 20 FT ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 102 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/6/2022 End Date: 4/6/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 10 i Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15_ 20 TEST BORING TERMINATED AT 20 FT 10.0 12.0 Hammer Drop (lbs / in): 140 / 30 oS .4 d E a) t _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5 20 100/ 0.50" 100/ 20.0 L 1.2 2.5 29 4.0 23 70 23 47 0.9 4.5+ 15 4.5+ 10 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 103 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/6/2022 End Date: 4/6/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS m -o•E .4 E - a> t _ x SZOn Rods (ft): NONE T N U� �� �� J ZAfter Drilling (ft): DRY �o 3 Y o �� a, > a c v 7After Hours (ft): a E oW 0 oZ v'- a ao � o 3 o C� U) W � o o Z ? a Ha ?U) MATERIAL DESCRIPTION jBrown CLAY — 4.5+ 27 — 3.5 24 71 23 48 — 5 3.0 28 — — 3.25 25 8.0 _ / Tan CLAY with calcareous deposits — 3.75 16 10 ♦ 10.0 Tan LIMESTONE with clay seams and layers _ 13.0 Gray LIMESTONE with shale seams 100/ — 15 , 1.25" 100/ 20 20.0 , 0.75" TEST BORING TERMINATED AT 20 FT ALPHA , TESTING 5058BrushCreekRd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 104 Sheet 1 of 1 Fox: 817-496-5608 PROJECT NO.: W220418 WHERE IT ALL BEGINS www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/11/2022 End Date: 4/11/2022 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jBrown CLAY _ 4.0 Tan CLAY with limestone fragments and calcareous 5 deposits 10 Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 10.0 13.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 22 100/ 1.50" 100/ 20.0 , 0.50" 3.25 25 4.5+ 14 3.75 16 4.5+ 16 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 105 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Brown CLAY with calcareous deposits and limestone fragments 5 Tan LIMESTONE with clay seams and layers 10 15 Gray LIMESTONE with shale seams 20 111 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 16 4.5+ 21 4.5+ 15 51 18 33 2.5 4.5+ 16 9.0 3.75 20 50/ 5.25" 100/ 15.0 kk1 00/ 20.0 , 0.75" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 106 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jBrown CLAY with limestone fragments and calcareous deposits at 2' to 6' 5 — Tan CLAY with calcareous deposits 10 Tan LIMESTONE with clay seams and layers 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 >C1 3 a) o Y uE 6L �a� N � m w e C O J -o J .2 y a oW o� 00 c a� p�� U Z Ha a- 1 4.5+ 22 10.0 100/ 15.0 , 1.25" 100/ 20.0 , 0.50" 3.75 26 3.25 21 3.0 20 35 16 19 0.0 4.5+ 16 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 107 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 Tan CLAY with calcareous deposits and limestone fragments 10 Tan LIMESTONE with clay seams and layers 15 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 17 FT DUE TO AUGER REFUSAL 20 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 20 13.0 100/ 15.0 66 1.75" 100/ 17.0 66 0.001, 4.5+ 24 4.0 22 59 20 39 4.5 17 4.5+ 13 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 108 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/11/2022 End Date: 4/11/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY 5 10 i Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _15 20 TEST BORING TERMINATED AT 20 FT 10.0 13.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o uE e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 15 100/ 3.50" 100/ 20.0 , 1 4.5+ 12 4.5+ 13 51 19 32 3.7 4.5+ 14 4.5+ 20 ALPHA /TESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 109 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com Client: TPHMI DFW 4047, LLC Location: Fort Worth, Texas Project: Laprelle Layout Surface Elevation: Start Date: 4/14/2022 End Date: 4/14/2022 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY 5 j 10 / TEST BORING TERMINATED AT 10 FT 15 20 4.0 10.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x (D0 > 3 a' o Y u E 6L �' a� N m w e C O J -o J .2 y a oW o� 00 c a� p�� U (n CU � x� o� o a Z J a Ha a- 4.25 27 4.5+ 21 4.5+ 21 4.0 18 49 20 29 3.5 19 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 110 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers _5 10 TEST BORING TERMINATED AT 10 FT 15 20 3.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� (n U x� oU o a Z C J a Ha a- 1 4.5+ 23 16" 100/ 10.0 , 1 4.5+ 19 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 111 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with limestone fragments 5 Tan LIMESTONE with clay seams and layers 10 TEST BORING TERMINATED AT 10 FT 15 20 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.5+ 24 4.0 10.0 , 100/ 4.50" 4.5+ 24 79 26 53 4.5+ 24 4.5+ 15 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 112 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY 5 10 i TEST BORING TERMINATED AT 10 FT 15 20 10.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 4.5+ 22 4.0 29 3.25 29 73 24 49 3.0 31 3.0 32 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 113 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): 7 Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY - with limestone fragments at 4-7 ft 5 Tan LIMESTONE with clay seams and layers 10 TEST BORING TERMINATED AT 10 FT 15 20 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� (n CU U x� oU o a Z C J a Ha a- 1 4.0 22 2.5 28 3.0 30 71 25 46 7.0 100/ 4.5 19 3" 100/ 10.0 5.50" ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 114 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY 5 10 i TEST BORING TERMINATED AT 10 FT 15 20 10.0 Hammer Drop (lbs / in): 140 / 30 o S 2 d E a) ;= _ x > o u E O -o .2 a oW oZ a° o c a� (n � x OU - o O Z cd J d Ha a- 1 2.0 35 2.5 41 2.5 33 2.5 29 2.75 27 60 22 38 ALPHA /TESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 115 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W220418 www.alphatesting.com TPHMI DFW 4047, LLC Location: Fort Worth, Texas Laprelle Layout Surface Elevation: 4/14/2022 End Date: 4/14/2022 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS XZOn Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 TEST BORING TERMINATED AT 10 FT 15 20 3.0 Hammer Drop (lbs / in): 140 / 30 o S .4 d E a) ;= _ x > o u E e O -o .2 a oW oZ a° o c a� CU U x� oU o a C J a (n Ha a- Z 4.5+ 20 4.5+ 25 75 26 49 50/ 475 .75" 100/ 10.0 , 7.50" A L P H A #NtTESTING KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) W (GM), SILTY GRAVEL m(OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 1mm S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ❑SILT ROCK CORE (2" ID except where CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) GC-60060D MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE City of Fort Worth FORT WORTH Business Equity Utilization Form Disadvantaged Business Enterprise Utilization Form (Applicable if Federally -Funded) PRIME/OFFEROR/OWNER COMPANY NAME: Western Municipal Construction of Texas LLC. PROJECT NAME: 36„ - 30" Water Improvements To Serve Laprelle ATTACHMENT1A Page 1 of 4 PROJECT NUMBER: BID DATE: City's Business Equity Goal: Offeror's Business Equity (or DBE) 105160 05/16/24 �FV](Check if addressing DBE Goal) 27 % Commitment: 27.82 % Check all applicable boxes to describe Not Certified MBE Prime/Offeror/Owner's Classification: Certifying Agency: W-1NCTRCA F—]D/FW MSDC F—]TXDOT Ethnicity: ❑African American 1-1 Hispanic ZCaucasian ❑WBE ❑DBE ❑HUB ❑VOSB �Section3 WBCS Other: 11 Asian Native American Gender: RIMale Demale11 Non -Binary Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid -being considered non -responsive to bid specifications. Exception: CFA. ICA. and CDBG Droiects. documents will be submitted to the Citv Proiect Manaaer if pmwi4 bid or to the Developer if Drivately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer Droiects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the Citv of Fort Worth includina portions of Denton. Parker. Wise, and all of Tarrant. Dallas, and Johnson cQ Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona -fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council -Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner -operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non -Business Equity firms, including owner -operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally -funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Effective 01 /01 /2021 Updated 03/24/2022 Business Equity Utilization Form ATTACHMENT 1A Page 2 of 4 Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non -Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non -Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self -performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self -performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this box F1if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equity firm names as listed on their certification, includinq DBA names. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Industry Junction Address: 3427 W. Kingsley Suite 6 & 7 Garland TX, 75041 Phone: rogelio.cabello@industry-junctio Email: n.com Rogelio Cabello Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Clemons Trucking 7934 S Lancaster Rd Dallas, 75241 972-228-0201 thelma88@prodigy.net Thelma Clemons TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED (NAICS Required) Name 1st Tier Type of Service/Supplies: Fittings, Pipe, Valves NAICS Code: 332996 $ AMOUNT: 581 ,138.00 Type of Service/Supplies: TX Aggregates & Spoil Hauloff Champion Fuel P.O. Box 210191 Bedford, TX 76095 877-909-9191 mdamek@championfs.com Mitch Damek NAICS Code: 333131 $ AMOUNT: 1 80,627.60 Type of Service/Supplies: Offroad Fuel NAICS Code: 424720 $ AMOUNT:108,000.00 Certification Agency Certified By: ]D/FW MSDC ]NCTRCA ]TXDOT ]WBCS ]Other: Certified By: ]DFW MSDC ]NCTRCA ]TXDOT ]WBCS ]Other: Certified By: ]DFW MSDC NCTRCA ]TXDOT ]WBCS ❑ Other: Gender and Ethnicity: ❑ Male ❑ Female ❑ Non -Binary African American �✓ Hispanic Asian Caucasian Native American ❑ Male ❑ Female ❑ Non -Binary ]✓ African American Hispanic Asian Caucasian Native American ❑ Male ❑� Female ❑ Non -Binary ❑ African American ❑ Asian ❑ Caucasian 5? Hispanic Native American Effective 01/01/2021 Updated 03/24/2022 FORT WORTH Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: TYPE OF SERVICES/SUPPLIES Specify Tier PROVIDED (NAICS Required) Name 1st Tier Type of Service/Supplies: NAICS Code: $ AMOUNT: Type of Service/Supplies: NAICS Code: $ AMOUNT: Certification Agency ATTACHMENT1A Page 3 of 4 Gender and Ethnicity: Certified By: ❑ Male ❑ Female ❑ Non -Binary ❑D/FW MSDC ❑African American ❑Hispanic ❑NCTRCA ❑TXDOT ❑WBCS ❑Asian ❑[]Other:: Caucasian ❑Native American Certified By: ❑ Male ❑Female ❑Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American []Hispanic ❑TXDOT ❑WBCS ❑Asian ❑Other: ❑ Caucasian ❑ Native American Type of Service/Supplies: Certified By: ❑ Male ❑Female ❑Non -Binary ❑DFW MSDC ❑African American ❑Hispanic ❑NCTRCA NAICS Code: ❑ TXDOT ❑WBCS ❑Asian ❑ Other: ❑ Caucasian ❑ Native $ AMOUNT: American Type of Service/Supplies: Certified By: ❑ Male ❑Female ❑Non -Binary ❑DFW MSDC ❑NCTRCA ❑African American []Hispanic NAICS Code: ❑TXDOT ❑WBCS ❑Asian ❑Other: ❑Caucasian ❑Native $ AMOUNT: American Effective 01 /01 /2021 Updated 03/24/2022 FORT WORTH Business Equity Utilization Form Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ 807,486.40 Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ 869,765.60 Total Dollar Amount of Non -Business Equity Subcontractors/Suppliers $ 1,450,300.00 TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ 3,127,552.00 ATTACHMENT1A Page 4 of 4 The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non -Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. V&�4ad qcw Authorized Signature General Manager Title Western Municipal Construction of Texas LLC Company Name 402 Gulf Ave. Address Justin TX, 76247 City/State/Zip Code Michael Hern Printed Signature Contact Name and Title (if different) 940-640-0020 Phone Number mhern@wmc-i.com Email Address 05/20/2024 Date Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph: 817-392-2674 Effective 01/01/2021 Updated 03/24/2022 FORT WORTH Business Equity Division LETTER OF INTENT A. Business Equity Sub-Contractor/Consultant Information: A certified Business Eauitv firm is owned by a Minoritv or Woman Business Enterprise (M/WBE) PROJECT # 105160 BID # (If Applicable Please Check One) Amendment ❑ Change Order ❑ [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally -Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required - Do not leave blank. 1. Name of Project: 36"-30" Water Improvements to serve Laprelle 2. Name of Offeror/Prime Contractor: Western Municipal Construction of Texas, LLC. 3. Name of Business Equity Firm: Industry Junction Address: 3427 W. Kingsley Suite 6 & 7 Garland TX Firm Contact Name/Phone: (972) 926-3526 4. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify "supply" or "install" or both): Pipes, Valves, and Fittings NAICS Code: 221310 Rogelio CaAllo (Owner/ Aut7ln ge ) Ty74if ii t Name ��-Il (Signature of 0�/Authorized Agent of Certified Business Equity Firm) rogelio.cabello@industry-junction.com (Email Address) B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that Michael Hern (Owner/Authorized Agent) In the amount of $ 581138.00 Industry Junction, Inc. (Name of Certified Business Equtiy Firm) 05/20/2024 (Date) 972-926-3526 (Phone Number) am the duly authorized representative of Western Municipal Construction of Texas, L.L.C. and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct, and that I am authorized on behalf of the Offeror/Prime to make the affidavit. Michael Hem (Owner/ Authorized Agent) Type or Print Name X!eCiaeC `Menu (Signature of Owner/Authorized Agent) mhern@wmc-i.com (Email Address) Western Municipal Construction of Texas, LLC. (Name of Offeror/Prime) 05/20/2024 (Date) (940) 648-0020 (Phone Number) Department of Diversity and Inclusion Effective 01/01/2021 Business Equity Division Revised. 6-8-21 Email: DVIN_BEOffice@fortworthtexas.gov Ph:817-392-2674 FORT WORTH City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: PROJECT NAME: Laprelle 301 N 361 N Water Line City's MBE Project Goal: I Offeror's MBE Project Commitment: 27 % I % ATTACHMENT 1B Page 1 of 1 Check applicable block to describe Prime M/WBE NON-MWBE BID DATE PROJECT NUMBER 105160 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES L—I If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Business Equity Division Rev. 3/13/2022 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 FORT WORTH. City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR Check applicable box to describe COMPANY NAME: Prime/Offeror's Certification Business Equity Non -Business PROJECT NAME: �❑I --irm ❑ Equity Firm Laprelle 301 N 361 N Water Line BID DATE Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER 27 Rio Rio 105160 I If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete I !I this form. 11 If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non -Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Effective 03/15/2022 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. ❑ Yes ❑ No Date of Listing 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) ❑ No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the NO GFE non -responsive.) 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the FINO email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? ❑ Yes ❑ No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? ❑ Yes ❑ No Effective 03/15/2022 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? ❑ Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) ❑ No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone ADDITIONAL INFORMATION: Contact Person Scope of Work Reason for Rejection Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 03/15/2022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Title Company Name Address City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 03/15/2022 FORT WORTH. CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered; use "N/A" if not applicable. Name of City project: CPN 105160 Laprelle 301N 361N Water Line A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: Facsimile: I E-mail address: Identify the firms that comprise the joint venture: Joint Venture Page 1 of 3 Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE firm name: name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: VW "Mi 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev. 2/13/19 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Business Equity Division will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's Business Equity Ordinance 25165-10-2021 . Rev. 2/13/19 Joint Venture Paqe 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of 20 before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (seal) Rev. 2/13/19 GG6007 WAGE RATES 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GR-01 60 00 PRODUCT REQUIREMENTS FORT WORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 12, 2019 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. CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/13792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH I 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I I 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Westem Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 3305 13 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley It. Works Inc. A 24 AM 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Moreson GTS-STD 24" the. I33 05 13 Manhole Frames and Covers Neenah Casting 24" the. I 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. I 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306-04 30" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia I 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia I 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSFITO MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Rine and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 34 O 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete Tev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item -1 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 12/0S/23 33 39 10 IManhole, Precast Concrete The Tumer Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" OS/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" I 10/27/06 33 39 10 Manhole, Precast Concrete Oldeastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring I I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I I 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" I I 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armon-k 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I I 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas I ASTM C-478; ASTM C-923; -1/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone I I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amiteeh USA Meyer Polycrete Pipe I I I I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious IE1-14 Manhole Rehab Systems Ouadex I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP E1-14 Manhole Rehab Systems AP/M Permaform I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I08/30/06 I General Concrete Repair FlexKrete Technologies Vinyl Polyester Reparr Product Misc. Use I * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST (Approval Spec No. IClasssification I Manufacturer Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Spravrog, 12/14/01 Coating for Corrosion protection(Exterior) ERTECH 01/31/06 Coatings for Corrosion Protection Chesterton 8/28/2006 Coatings for Corrosion Protection Warren Environmental 33 01 16, 33 39 10, 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises * 3305 13 Manhole Insert South Western Packaging * 33 05 13 Manhole Insert Nofiow-Inflow 09/23/96 3305 13 Manhole Insert Southwestem Packing & Seals, Inc. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. 04/22/87 Casing Spacers Cascade Waterworks Manufacturing 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator 05/10/11 Stainless Steel Casing Spacer Powerseal 03/19/18 Casing Spacers BWM 03/19/18 Casing Spacers BWM 03/29/22 3305 13 Casing Spacers CCI Pipeline Systems Water & Sewer - PiDes/Ductile Iron 33-11-10(1/8/13) Model No. National Spec Spray Wall Polyurethane Coating ASTM D639/D790 Series 20230 and 2100 (Asphatic Emulsion) Arc 791, S1BB, Sl, S2 Acid Resistance Test S-301 and M-301 RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) Made to Order - Plastic ASTM D 1248 Made to Order - Plastic ASTM D 1248 Made to Order - Plastic ASTM D 1248 Lifesaver - Stainless Steel TetherLok- Stainless Steel Carbon Steel Spacers, Model SI Stainless Steel Spacer, Model SSI Casing Spacers Stainless Steel Casing Spacer Coated Steel Casin Spacers 4810 Powerchock SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) for Non_rressme Pipe and Grouted Casing CSC12, CSS12 * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile It. Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatin¢s/Enoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21ORS LA County #210-1.33 12/14/01 Epoxy Lining System Enech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protean 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatin¢s/Polvurethane Updated:12/29/2023 Size Structures Only Sewer Applications Sealer Applications For Exterior Coating of Concrete Structures Only For 24" dia. For 24" dia. For 24" dia. For 24" dia. For 24" dia Up to 48" Up to 48" Up to 48" 3" fl m 24" 4" thm 30" 4" thm 30" Ductile Iron Pipe Only Sewer Applications Sealer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pines/Concrete * E:- Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E I-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E I-04 Conc. Pipe, Reinforced Hanson Concrete Products - - - -, - ASTM C 76 * E I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pine Enlarement Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM CorP.. Piscata WaY, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously * From Original Standard Products List 2 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. )Classsification Manufacturer Model No. National Spec Size Sewer- PiDe/Fiber0ass Reinforced/33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Helios Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AW WA M45 Sewer - PiDe/Polvmer PIDe 4/14/05 Polymer Modified Concrete Pioe Anech USA MPolwrete Pipe ASTM C33, A276, -17 8" to 102", Class V 06/09/10 EI-9 Reinforced Polvmer Concrete Pipe UmS Composite Pipe Reinforcedeyer Polymer Concrete Pioe ASTM C-76 Sewer - PiDes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe Phillips Driswpipe, Inc. Ovticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTMD 1248 8" High -density Polyethylene pipe CSR Hydro Conduit/Pioeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-13 DR -Id PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pioe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thin 15" * 33-31-20 PVC Sewer Pioe Lamson Vylm Pipe SDR-26 (PSI 15) ASTM D 3034 4" thm 15" 12/05/23 33-31-20 PVC Sewer Pie Vin (tech PVC Pie SDR-26 PS115 ASTM D3034 4" thm 15" 12/05/23 33-31-20 PVC Sewer Pie Vin ltech PVC Pie Grovi Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer PiJje J-M Manufacmrinv�Co, Inc (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plashes Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, Ine.(Westlak) Gasketed PVC Sewer Main Fittings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer PTe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 11" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" Sewer - PiDes/Rehab/CIPP 33-31-12 (01/18/131 * Cured in Place Pioe In in— Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pioe National Envirotech Group National Liner, (SPL) Item #27 ASF-1216/D-5813 05/29/96 Cured in Place Pipe Remolds Inc/Inliner Technol" (Inliner USA) Inlmer Technology ASTM F 1216 Sewer - Piues/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, hic. 11/03/98 Fold and Form Pipe Insimform Technologies, Inc. Insituform "NuPine" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultralner Ultraliner PVC Alloy Pipelmer ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Com. EX Method ASTM F-1504, F-1947 UP to 18" diameter Sewer - PiDeS/ODen PCoelle Laree Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Up -or ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite UP Double Wall (Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" * From Original Standard Products List 3 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Aoour-enances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blau 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, ON Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1'/:" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. -2-7-L AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 - ^' FB600-4-NL, FB1600-4-NL, B11-444-WR- 1111.1. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I " 13-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 1111.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/3" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 1111.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 V 01/26/00 Coated Tapping Saddle with Double SS Straps 1CM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) 1CM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) 1CM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 up to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13). Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 [rarbombination inationAir Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 11" 1" & 2" E1-11 ombination Air Release Valve Valve and Primer Corp. APCO 4143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 0.1.7 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 l0/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Pines/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AW WA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin loch PVC Pipe DR14 ASTM D1784 V-16" AWWA C900, AWWA C605, 12/OS/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 1 3/19/2018 3311 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Comoration DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 " ° 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4%12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4%12" Water - PlDes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittin, @ AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Finings, SSB lass 350 AWWA C 153, C 110, C III 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Finings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Finings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Um-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interim Restrained Joint Svstem S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargnp Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-I1 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-I1 Mechanical Joint Retaner Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA CI I I 16"-24" Water - Pines/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Plow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 ReaihentW Gate Valve eGate Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" ote 3) 05/08/91 E1-26 Resilient Seat Valve Stockham Valves & Finings AWWA C 509, ANSI 420 - stem, 4" - * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Met,,, a1250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) IIIFlowMester Gate Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" * From Original Standard Products List 5 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 (Approval Spec No. [Classsification Manufacturer Water - PiDes alves & Fittings/Rubber Seated Batter Valve 33-12-21 (07/10/14) Model No. National Spec Size * y E1-30 Rubber Seated Butterfly Valve Hei ry Pratt Co. AW WA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmanc Valve and Manufacturing Com. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Fl—ol Packaging Fulton Entemrises AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD Water - SamDlinE Station 03/07/23 33 12 50 l Water Sampling Station Eclipse Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Perinanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800we 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) 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 regmrements of the Technical Specification w 11 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 Yellow Highlight indicates recent changes * From Original Standard Products List APPENDIX A-1 CASING PIPE WALL THICKNESS Alma ION [I TECHNICAL MEMORANDUM SECTION 33 05 22 STEEL CASING PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 330522-1 STEEL CASING PIPE Page 1 of 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings 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 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20 — Auger Boring 5. Section 33 05 23 — Hand Tunneling 6. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed 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 bid per linear foot of "Casing, By Open Cut' installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised December 20, 2012 330522-2 STEEL CASING PIPE Page 2 of 6 1) Measured horizontally along the surface for length of Steel Casing Pipe installed 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 bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes 2) 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 bid per linear foot of "Casing, By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of backfill 10) Clean-up IIRM701W0I7OQto] Oki 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. ASTM International (ASTM): a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised December 20, 2012 330522-3 STEEL CASING PIPE Page 3 of 6 a. Material data b. Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 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 A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised December 20, 2012 330522-4 STEEL CASING PIPE Page 4 of 6 a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter Minimum Wall Thickness (inches) (inches) 14 — 18 .3125 (5/16) 20 24 .375 (3/8) 26 — 32 .5 (1/2) 34-42 .625 (5/8) �11/16 inch, 0.6875 inch 154" ��� 44 — 48 .6875 (11/16) 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised December 20, 2012 330522-5 STEEL CASING PIPE Page 5 of 6 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of f 2'/z degrees and with a width of root face l/16 inch f 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 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 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press -fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised December 20, 2012 330522-6 STEEL CASING PIPE Page 6 of 6 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 23 or Section 33 05 20. 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 12/20/2012 D. Johnson 2.2•A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH LAPRELLE 361N 30IN WATER LINE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.105160 Revised December 20, 2012 Technical Memorandum To: The City of Fort Worth From: Leslie Madison, P.E. Date: May 9, 2024 Subject: 36" — 30" Water Improvements to Serve LaPrelle Pipe Deflection Check Calculation Results Project No. 8561-07 To Whom it May Concern: BGE, Inc. has evaluated the steel pipe thickness selection for this project at each casing location. The recommended thickness for the 54" steel casing in all locations is 0.6875". To confirm that the pipe thickness is sufficient for the project design, deflection calculations were performed according to the AWWA M11 Steel Pipe Design Manual and using the Geotechnical Engineering study performed by Alpha Testing dated June 6, 2022. Multiple factors were evaluated, including height of cover, native soil, live load and dead load pressures, as well as deflection limitations of the pipe material. Live loading considered include values from Highway HS-20 and Railroad E-80 tables for the height of cover at each location as well as potential load from construction equipment. Dead load factors in weight of native soil for the area, noted at 100 pounds per cubic feet (pcf) per the geotechnical report. The modulus of reaction for the backfill soil was taken from AWWA MI Table 5-3 as SO at 95% compaction per the clay soils found on site. The embedment modulus used was taken from this same table as SC at 95% compaction per the City standards referenced in the plans. Using the above information, the allowable buckling pressure was evaluated versus the normal and live loading acting upon the pipe with and without groundwater. A factor of safety of 2 was utilized per AWWA MI recommendation. For a pipe thickness of 0.6785" for steel pipe, the deflection was below 1.4% at each location, well below the AWWA recommended maximum 5% allowable deflection for steel pipe. Calculation tables are included herein. Design Calculation Spreadsheet THE CITY OF FORT WORTH - 36% 30" WATER IMPROVEMENTS TO SERVE LAPRELLE Steel Dine Thickness of Steel based on pressure needed. This design process involves first finding the weight of soil and construction loadings, then figuring the total product of each materials' elastic modulus and moment of inertia. This value along with the calculated live load and inner radius is used to find deflection compared to the allowable for this pipe size. AW WA M-11 is used for this design and should be used for reference. Summary of Calculations of Loads on Pine Pipe Diameter (in inches) (in feet) Soil Unit Weight Height of Cover Live Load Pressure Formulas Weight of Soil (rigid pipe french loading) Weight of Soil (prism loading) Live Construction Weight Live Load from M-11, also in charts below Live Load Total Total Loading on Pipe Dozer Information Main user required inputs are highlighted yellow. Deflection output turns green when under limit. D = 54 in outer diameter of the proposed pipe Be = 4.5 ft w = 100 Pcf based on geotech report recommendation, unit weight of fill Location He = 10 ft average height of cover based on plans STA 7+73.22 to 9+08.22 LL = 1100 Psf (From Table 5-1 AW WA M-11, for traffic and railroad) Ratio of Active Lateral Pressure to Vertical pressure multiplied by coefficient of friction between fill material and sides of ditch, Kn' = 0.13 0.130 is for Ordinary maximum for clay, maximum for saturated clay is 0.110 Bd= 5.87ft Trench Width, Bc+16" Cd=((1-e^((-2Kn'*Hc)/Bd))/(2*K*n)) Cd= 1.38 Wd= (Cd * w *(Bd^2)= 4,744.77 Ib/ft of pipe Weight of Soil, more conservative Value of the two will be used WC— (w * He *(Dc/12))— 1 4,539.071 lb/ft of pipe dead load on the conduit 378.26 lb/in of pipe WL(assumed construction traffic) = Dozer Weight / Track Surface Area Dozer information is used to calculate this Above Value * (Constant)*(4) = 500.65 psf WL(table 5-1) = 1,100 psf Product of AT and BT = 1 / 4 of the total tire pattern, so multiply by 4 and constant from Dozer Information WL(total) 1,600.65 psf W=((Wc/12)+((WL*Dc)/144))= 983.71 Win ofpipe Total Weight for Dozer 100000 lbs Total Ground Contact Area 6462 in^2 44.88 ft^2 ONE track contact area 3231 in^2 22.44 ft^2 Track Ground Length 134 in track Track Width 24.11 in Deflection of Buried Pine Flexible Lining and Coating Steel Thickness Elastic Modulus Steel Moment of Inertia Steel Coating Thickness Elastic Modulus Cement Mortar Moment of Inertia Coating Lining Thickness Moment of Inertia Lining Pipe Radius (inch) Total product of Elastic modulus and moment of inertia for pipe (pipe wall stiffness) EI = ESIS+ESIL+ECIC = Modulus of Soil Reaction, embedment Modulus of Soil Reaction, backfill Distance from Center to Comer of the Surface Load AT— 5.58 ft BT= 1.00 ft Calculated constants m=At/Hc= 0.56 n=Bt/Hc= 0.10 Using constants m and n, the vertical influence coefficient interpolated from Table 5-2 (M-11 pg 60) is: Constant = = Constant is now used to calculate WL(assumed construction traffic) is = 0.6875 in Eq. 4-4 of M11. ES— 29000000 psi Typical Steel Elastic Modulus IS= 0in^3 I=t^3/12 tc = 0 in Paint -like coating, assume 0 EC— 4000000 psi typical concrete eleastic modulus IC = 0 in^3 I = 03/12 tL= 0.00 in Assumption on thickness IL = 0.00 in^3 I = 03/12 Both IL and IC use r = 26.547 in Inner radius found by subtracting steel and lining thickness, calculated thickness for steel based on pressure is needed, lining thickness most be known. EI = 785,298.665 lb -in E' = 1,600 psi Assumed SCl 95% compaction, Value from Table 5-3 page 63 in M-11 E-1 1,000 psi Assumed SC3 95% compaction, Value from Table 5-3 page 63 in M-11 Page 1 of 2 Given by MI 1, accounts for long term deflection as a result of consolidation and settlement of backfill, since steel pipe is designed for Deflection Lag Factor DL = 1 max possible load, is 1.0 to account for load directly over pipe. Bedding Constant K = 0.100 Given by MI I Deflection = DI * [(K * W * r^3)/(EI + 0.061 E' * r^3)] Deflection = 0.70 inches 2.72344 inch deflection allowable % Deflection = 1.29 % 5 % allowable Live Load Tables Highway HS-20 Loads Railroad E-80 Loads Height of Cover Load Cover Load (fl) (psf) (fi) (Psf) 1 1800 2 3800 2 800 5 2400 3 600 8 1600 4 400 10 1100 5 250 12 800 6 200 15 600 7 176 20 300 8 100 30 100 9 and over 0 Over 30 0 Buckline of Buried Pioe Check Factor of Safety FS = 2.00 Given Factor of Safety by MI I Outside Radius of Steel Cylinder to = 27.23 in Outer radius of steel cylinder Scalar calibration factor to account for some nonlinear effects Cn = 0.55 Given value from MI I Factor to account for variability in stiffness of compacted soil (Ps = 0.90 Suggested value from MI I Modulus correction factor for Poisson's ratio kv = (l+vs)(1-2us)/(1-us) = kv— 0.74 In the absense of specific information, it is common to assume us = 0.3, giving kv = 0.74 Correction factor for depth of fill Rh = 11.4 / (11+2r/Hc) = Rh = 1.00 Calculated using inner pipe radius, r, calculated correction factor Allowable Buckling Pressure qa =((1.2Cn*(EI)^0.33((ps*E'*kv)^0.67*Rh)/(FS*ro)) = qa = psi calculated buckling limit; sum of external loads should be equal or less to this Height of Water above conduit Hw = in note: geotechnical report no groundwater table encountered at Boring 114 Unit weight of water ryw = 62.4 pcf unti weight of water at standard pressure and temperature Water buoyancy factor Rw = 1-0.33 (Hw/Hc) Rw = 1 given that 0 < Hw 5 He Internal vacuum pressure Pv = 14.7 psi Given in specifications for pipe, pressure inside of pipe Normal pipe installation buckling pressure q = ((ryw/1728)*Hw)+Rw(Wc/12*Do)+Pv 5 qa q = psi Buckling pressure taking into account internal pipe pressure instead of live loading, must be lower than qa to not buckle Live loading buckling pressure acting on pipe q = ((ryw/1728)*Hw)+Rw(Wc/12*Do)+(WU144*Do) < qa q = 7.15 psi Live loading buckling pressure acting on pipe, must be less than qa to not buckle Assuming Hw = He as groundwater level flucuates Height of Water above conduit Hw— 120 inches note: geotechnical report no groundwater table encountered at Boring 114 Unit weight of water ryw = 62.4 pcf unit weight of water at standard pressure and temperature Water buoyancy factor Rw = 1-0.33 (Hw/Hc) Rw— 0.67 given that 0 < Hw 5 He Internal vacuum pressure Pv = 14.7 psi Given in specifications for pipe, pressure inside of pipe Normal pipe installation buckling pressure q = ((ryw/1728)*Hw)+Rw(Wc/12*Do)+Pv 5 qa q = 23.69 psi Buckling pressure taking into account internal pipe pressure instead of live loading, must be lower than qa to not buckle Live loading buckling pressure acting on pipe q= ((ryw/1728)*Hw)+Rw(Wc/12*Do)+(Wl/144*Do) <qa q= 9.19 psi Live loading buckling pressure acting on pipe, must be less than qa to not buckle Page 2 of 2 Design Calculation Spreadsheet THE CITY OF FORT WORTH - 36% 30" WATER IMPROVEMENTS TO SERVE LAPRELLE Steel Dine Thickness of Steel based on pressure needed. This design process involves first finding the weight of soil and construction loadings, then figuring the total product of each materials' elastic modulus and moment of inertia. This value along with the calculated live load and inner radius is used to find deflection compared to the allowable for this pipe sim. AW WA M-11 is used for this design and should be used for reference. Summary of Calculations of Loads on Pine Pipe Diameter (in inches) (in feet) Soil Unit Weight Height of Cover Live Load Pressure Formulas Weight of Soil (rigid pipe french loading) Weight of Soil (prism loading) Live Construction Weight Live Load from M-11, also in charts below Live Load Total Total Loading on Pipe Dozer Information Main user required inputs are highlighted yellow. Deflection output turns green when under limit. D = 54 in outer diameter of the proposed pipe Be = 4.5 ft w = 100 pcf based on geotech report recommendation, unit weight of fill Location He = 9.0 ft average height of cover based on plans STA 20+61.63 to 21+36.63 LL = 1350 psf (From Table 5-1 AW WA M-11, for traffic and railroad) Ratio of Active Lateral Pressure to Vertical pressure multiplied by coefficient of friction between fill material and sides of ditch, Kn' = 0.13 0.130 is for Ordinary maximum for clay, maximum for saturated clay is 0.110 Bd= 5.87 ft Trench Width, Bc+16" Cd=((1-e^((-2Kn'*Hc)/Bd))/(2*K*n)) Cd= 1.26 Wd= (Cd * w *(Bd^2)= 4,359.13 Ib/ft of pipe Weight of Soil, more conservative Value of the two will be used WC— (w * He *(Dc/12))— 1 4,085.161 lb/ft of pipe dead load on the conduit 340.43 lb/in of pipe WL(assumed construction traffic) = Dozer Weight / Track Surface Area Dozer information is used to calculate this Above Value * (Constant)*(4) = 500.65 psf WL(table 5-1) = 1,350 psf Product of AT and BT = 1 / 4 of the total tire pattern, so multiply by 4 and constant from Dozer Information WL(total) 1,850.65 psf W=((Wc/12)+((WL*Dc)/144))= 1,040.45 Win ofpipe Total Weight for Dozer 100000 lbs Total Ground Contact Area 6462 in^2 44.88 ft^2 ONE track contact area 3231 in^2 22.44 ft^2 Track Ground Length 134 in track Track Width 24.11 in Deflection of Buried Pine Flexible Lining and Coating Steel Thickness Elastic Modulus Steel Moment of Inertia Steel Coating Thickness Elastic Modulus Cement Mortar Moment of Inertia Coating Lining Thickness Moment of Inertia Lining Pipe Radius (inch) Total product of Elastic modulus and moment of inertia for pipe (pipe wall stiffness) EI = ESIS+ESIL+ECIC = Modulus of Soil Reaction, embedment Modulus of Soil Reaction, backfill Distance from Center to Comer of the Surface Load AT— 5.58 ft BT= 1.00 ft Calculated constants m=At/Hc= 0.62 n=Bt/Hc= 0.11 Using constants m and n, the vertical influence coefficient interpolated from Table 5-2 (M-11 pg 60) is: Constant = = Constant is now used to calculate WL(assumed construction traffic) is = 0.6875 in Eq. 4-4 of M11. ES— 29000000 psi Typical Steel Elastic Modulus IS= 0in^3 I=t^3/12 tc = 0 in Paint -like coating, assume 0 EC— 4000000 psi typical concrete eleastic modulus IC = 0 in^3 I = 03/12 tL= 0.00 in Assumption on thickness IL = 0.00 in^3 I = 03/12 Both IL and IC use r = 26.547 in Inner radius found by subtracting steel and lining thickness, calculated thickness for steel based on pressure is needed, lining thickness must be known. EI = 785,298.665 lb -in E' = 1,600 psi Assumed SCl 95% compaction, Value from Table 5-3 page 63 in M-11 E-1 1,000 psi Assumed SC3 95% compaction, Value from Table 5-3 page 63 in M-11 Given by MI 1, accounts for long term deflection as a result of consolidation and settlement of backfill, since steel pipe is designed for Deflection Lag Factor DL = 1 max possible load, is 1.0 to account for load directly over pipe. Bedding Constant K = 0.100 Given by MI I Deflection = DI * [(K * W * r^3)/(EI + 0.061 E' * r^3)] Deflection = 0.75 inches 2.72344 inch deflection allowable % Deflection = 1.37 % 5 %allowable Live Load Tables Highway HS-20 Loads Railroad E-80 Loads Height of Cover Load Cover Load (fl) (Psf) (fi) (Psf) 1 1800 2 3800 2 800 5 2400 3 600 8 1600 4 400 10 1100 5 250 12 800 6 200 15 600 7 176 20 300 8 100 30 100 9 and over 0 Over 30 0 Buckline of Buried Pioe Check Factor of Safety FS = 2.00 Given Factor of Safety by MI I Outside Radius of Steel Cylinder to = 27.23 in Outer radius of steel cylinder Scalar calibration factor to account for some nonlinear effects Cn = 0.55 Given value from MI I Factor to account for variability in stiffness of compacted soil (Ps = 0.90 Suggested value from MI I Modulus correction factor for Poisson's ratio kv = (l+vs)(1-2us)/(1-us) = kv— 0.74 In the absense of specific information, it is common to assume us = 0.3, giving kv = 0.74 Correction factor for depth of fill Rh = 11.4 / (11+2r/Hc) = Rh = 0.99 Calculated using inner pipe radius, r, calculated correction factor Allowable Buckling Pressure qa =((1.2Cn*(EI)^0.33((ps*E'*kv)^0.67*Rh)/(FS*ro)) = qa = Psi calculated buckling limit; sum of external loads should be equal or less to this Height of Water above conduit Hw = in note: geotechnical report no groundwater table encountered at Boring 112 Unit weight of water ryw = 62.4 pcf unti weight of water at standard pressure and temperature Water buoyancy factor Rw = 1-0.33 (Hw/Hc) Rw = 1 given that 0 < Hw 5 He Internal vacuum pressure Pv = 14.7 psi Given in specifications for pipe, pressure inside of pipe Normal pipe installation buckling pressure q = ((ryw/1728)*Hw)+Rw(Wc/12*Do)+Pv 5 qa q = MEME=psi Buckling pressure taking into account internal pipe pressure instead of live loading, must be lower than qa to not buckle Live loading buckling pressure acting on pipe q = ((ryw/1728)*Hw)+Rw(Wc/12*Do)+(WU144*Do) < qa q = 6.49 psi Live loading buckling pressure acting on pipe, must be less than qa to not buckle Assuming Hw = He as groundwater level flucuates Height of Water above conduit Hw— 108 inches note: geotechnical report no groundwater table encountered at Boring 112 Unit weight of water ryw = 62.4 pcf unit weight of water at standard pressure and temperature Water buoyancy factor Rw = 1-0.33 (Hw/Hc) Rw— 0.67 given that 0 < Hw 5 He Internal vacuum pressure Pv = 14.7 psi Given in specifications for pipe, pressure inside of pipe Normal pipe installation buckling pressure q = ((ryw/1728)*Hw)+Rw(Wc/12*Do)+Pv 5 qa q = 22.79 psi Buckling pressure taking into account internal pipe pressure instead of live loading, must be lower than qa to not buckle Live loading buckling pressure acting on pipe q= ((ryw/1728)*Hw)+Rw(Wc/12*Do)+(Wl/144*Do) <qa q= 8.32 psi Live loading buckling pressure acting on pipe, must be less than qa to not buckle May-2 Design Calculation Spreadsheet THE CITY OF FORT WORTH - 36% 30" WATER IMPROVEMENTS TO SERVE LAPRELLE obw Steel pipe 54" Casing Pipe Thickness of Steel based on pressure needed. This design process involves first finding the weight of soil and construction loadings, then figuring the total product of each materials' elastic modulus and moment of inertia. This value along with the calculated live load and inner radius is used to find deflection compared to the allowable for this pipe size. AW WA M-11 is used for this design and should be used for reference. Main user required inputs are highlighted yellow. Deflection output turns green when under limit. Summary of Calculations of Loads on Pine Pipe Diameter (in inches) D = 54 in outer diameter of the proposed pipe (in feet) Be = 4.5 It Soil Unit Weight w = 100 pcf based on geotech report recommendation, unit weight of fill Location Height of Cover He = 9.5 It average height of cover based on plans STA 31+56.74 to 31+96.74 Live Load Pressure LL = 1100 psf (From Table 5-1 AW WA M-11, for traffic and railroad) Formulas Ratio of Active Lateral Pressure to Vertical pressure multiplied by coefficient of friction between fill material and sides of ditch, I& = 0.13 0.130 is for Ordinary maximum for clay, maximum for saturated clay is 0.110 Bd= 5.87 ft Trench Width, Bc+16" Cd=((1-e^((-2Kn'*Hc)/Bd))/(2*K*n)) Cd= 1.32 Weight of Soil (rigid pipe trench loading) Wd= (Cd " or *(Bd^2)— 4,554.0 lb/ft of pipe Weight of Soil, more conservative Value of the two will be used Weight of Soil (prism loading) WC— (w * He *(Dc/12)) 4,312.111 lb/ft of pipe dead load on the conduit 359.34 Win of pipe Live Construction Weight WL(assuned construction traffic) = Dozer Weight / Track Surface Area Dowr information is used to calculate this Above Value * (Constant)*(4) = 500.65 psf Live Load from M-11, also in charts below WL(table 5-1) — 1,100 psf Product of AT and BT — 1 / 4 of the total tire pattern, so multiply by 4 and constant from Dozer Information Live Load Total WL(total) 1,600.65 psf Total Loading on Pipe W=((Wc/12)+((WL*Dc)/144))= 964.80 Win ofpipe Total Dozer Information Weight for Dozer 100000 lbs Distance from Center to Comer of the Surface Load Total Ground Contact Area 6462 in^2 AT— 5.58 ft 44.88 11^2 BT— 1.00 ft ONE track contact area 3231 in^2 Calculated constants 22.44 fi^2 m — At / He = 0.59 Track Ground Length 134 in track n — Bt / He = 0.11 Track Width 24.11 in Using constants m and n, the vertical influence coefficient interpolated from Table 5-2 (M-11 pg 60) is: Constant = = Constant is now used to calculate WL(assumed construction traffic) Deflection of Buried Pine Flexible Lining and Coating Steel Thickness is = 0.6875 in Eq. 4-4 of M11. Elastic Modulus Steel ES— 29000000 psi Typical Steel Elastic Modulus Moment of Inertia Steel is- 0 in^3 I = 03/12 Coating Thickness tc — 0 in Paint -like coating, assume 0 Elastic Modulus Cement Mortar EC— 4000000 psi typical concrete eleastic modulus Moment of Inertia Coating IC — 0 in^3 I = 03/12 Lining Thickness tL— 0.00 in Assumption on thickness Moment of Inertia Lining IL — 0.00 in^3 I — 03/12 Both IL and IC use Pipe Radius (inch) r — 26.547 in Inner radius found by subtracting steel and lining thickness, calculated thickness for steel based on pressure is needed, lining Total product of Elastic modulus and moment of thickness most be known. inertia for pipe (pipe wall stiffness) EI — ESIS+ESIL+ECIC — EI — 785,298.665 lb -in Modulus of Soil Reaction, embedment E' = 1,600 psi Assumed SCl 95 % compaction, Value from Table 5-3 page 63 in M-11 Modulus of Soil Reaction, backfill E-1 1,000 psi Assumed SC3 95 % compaction, Value from Table 5-3 page 63 in M-11 Given by MI 1, accounts for long term deflection as a result of consolidation and settlement of backfill, since steel pipe is designed for Deflection Lag Factor DL = 1 max possible load, is 1.0 to account for load directly over pipe. Bedding Constant K = 0.100 Given by MI I Deflection = DI * [(K * W * r^3)/(EI + 0.061 E' * r^3)] Deflection = 0.69 inches 2.72344 inch deflection allowable % Deflection = 1.27 % 5 % allowable Live Load Tables Highway HS-20 Loads Railroad E-80 Loads Height of Cover Load Cover Load (ft) (Psf) (ft) (Psf) 1 1800 2 3800 2 800 5 2400 3 600 8 1600 4 400 10 1100 5 250 12 800 6 200 15 600 7 176 20 300 8 100 30 100 9 and over 0 Over 30 0 Buckling of Buried Pine Check Factor of Safety FS = 2.00 Given Factor of Safety by MI I Outside Radius of Steel Cylinder to = 27.23 in Outer radius of steel cylinder Scalar calibration factor to account for some nonlinear effects Cn = 0.55 Given value from MI I Factor to account for variability in stiffness of compacted soil qs = 0.90 Suggested value from MI I Modulus correction factor for Poisson's ratio kv = kv— 0.74 In the absense of specific information, it is common to assume us = 0.3, giving kv = 0.74 Correction factor for depth of fill Rh = 11.4 / (11+2r/Hc) = Rh = 0.99 Calculated using inner pipe radius, r, calculated correction factor Allowable Buckling Pressure qa =((1.2Cn*(EI)^0.33(rps*E'*kv)^0.67*Rh)/(FS*ro)) = qa = Psi calculated buckling limit; sum of external loads should be equal or less to this Height of Water above conduit Hw = in note: geotechnical report no groundwater table encountered at Boring 110 Unit weight of water yw = 62.4 pcf unti weight of water at standard pressure and temperature Water buoyancy factor Rw = 1-0.33 (Hw/Hc) Rw— 1 given that 0 < Hw 5 He Internal vacuum pressure Pv = 14.7 psi Given in specifications for pipe, pressure inside of pipe Normal pipe installation buckling pressure q = ((ryw/1728)*Hw)+Rw(Wc/12*Do)+Pv < qa q = 21. psi Buckling pressure taking into account internal pipe pressure instead of live loading, must be lower than qa to not buckle Live loading buckling pressure acting on pipe q =((yw/1728)*Hw)+Rw(Wc/12*Do)+(WU144*Do) < qa q = 6.80 psi Live loading buckling pressure acting on pipe, must be less than qa to not buckle Assuming Hw = He as groundwater level flucuates Height of Water above conduit Hw = 114 inches note: geotechnical report no groundwater table encountered at Boring 110 Unit weight of water yw = 62.4 pcf unit weight of water at standard pressure and temperature Water buoyancy factor Rw = 1-0.33 (Hw/Hc) Rw— 0.67 given that 0 < Hw 5 He Internal vacuum pressure Pv = 14.7 psi Given in specifications for pipe, pressure inside of pipe Normal pipe installation buckling pressure q = ((ryw/1728)*Hw)+Rw(Wc/12*Do)+Pv < qa q = 23. psi Buckling pressure taking into account internal pipe pressure instead of live loading, must be lower than qa to not buckle Live loading buckling pressure acting on pipe q=((yw/1728)*Hw)+Rw(Wc/12*Do)+(WU144*Do) <qa q = 8.74 psi Live loading buckling pressure acting on pipe, must be less than qa to not buckle